request for proposal (rfp) forapmsidc.ap.nic.in/wingshtml/ftp/t.no.9.2 selection... · rfp for...
TRANSCRIPT
RFP NO……………………………
Dated……………………
Tender No: 9.2/APMSIDC/Equipment/2019-20
Dated: 20 November 2019
Andhra Pradesh Medical Services & Infrastructure Development Corporation (APMSIDC)
Department of Health, Medical & Family Welfare
Government of Andhra Pradesh
Request for Proposal (RFP)
for
Selection of Service Provider for providing Emergency Response Services
(108) across Andhra Pradesh
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
2 BIDDER TENDER INVITING AUTHORITY
Disclaimer
Andhra Pradesh Medical Services & Infrastructure Development Corporation (APMSIDC) on
behalf of “Dr. YSR Aarogyasri Health Care Trust, Government of Andhra Pradesh” is procuring
services related to Operations and Maintenance of Emergency Response Services (108).”
The information contained in this Request for Proposal (RFP) document , or subsequently
provided to bidders, whether verbally or in documentary form, by or on behalf of Andhra Pradesh
Medical Services & Infrastructure Development Corporation (APMSIDC), or any of their
employees or advisors, is provided to bidders on the terms and conditions set out in this RFP
document and any other terms and conditions subject to which such information is provided.
This RFP document is not an agreement and is not an offer or invitation by APMSIDC, Department
of Health, Medical & Family Welfare or its representatives to any other party. The purpose of this
RFP document is to provide interested parties with information to assist the formulation of their
Proposal. This RFP document does not purport to contain all the information each Applicant may
require.
This RFP document may not be appropriate for all persons, and it is not possible for APMSIDC,
their employees or advisors to consider the investment objectives, financial situation and
particular needs of each entity/bidder who reads or uses this RFP document. Certain bidders may
have a better knowledge of the proposed Project than others. Each applicant should conduct its
own investigations and analysis and should check the accuracy, reliability and completeness of
the information in this RFP document and obtain independent advice from appropriate sources.
APMSIDC, its employees and advisors make no representation or warranty and shall incur no
liability under any law, statute, rules or regulations as to the accuracy, reliability o r completeness
of the RFP document.
APMSIDC may in its absolute discretion, but without being under any obligation to do so, update,
amend or supplement the information in this RFP document.
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
3 BIDDER TENDER INVITING AUTHORITY
List of Abbreviations
S. No. Abbreviation Description
1. ALS Advanced Life Support
2. AP Andhra Pradesh
3. APMSIDC Andhra Pradesh Medical Services & Infrastructure
Development Corporation
4. APTS Andhra Pradesh Technology Services Limited
5. BDS Bid Data Sheet
6. BG Bank Guarantee
7. BLS Basic Life Support
8. CA Chartered Accountant
9. CC Camera Closed-Circuit Camera
10. DD Demand Draft
11. ERC Emergency Response Centre
12. EMD Earnest Money Deposit
13. EMT Emergency Medical Technician
14. ERS Emergency Response Services
15. GoAP Government of Andhra Pradesh
16. GPS Global Positioning System
17. GST Goods and Services Tax
18. HR Human Resources
19. INR Indian Rupee
20. IT Information Technology
21. L1 Lowest Cost Bidder
22. LOA Letter of Award
23. MMR Maternal Mortality Rate
24. NMR Neonatal Mortality Rate
25. NPA Non-Performing Asset
26. OEM Original Equipment Manufacturer
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
4 BIDDER TENDER INVITING AUTHORITY
S. No. Abbreviation Description
27. PSU Public Sector Unit
28. RFP Request for Proposal
29. TIA Tender Inviting Authority
30. VTS Ambulance Tracking System
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
5 BIDDER TENDER INVITING AUTHORITY
Table of contents
List of Abbreviations ................................................................................................................ 3
1. Introduction ...................................................................................................................... 9
1.1 Overall scope of current RFP ..................................................................................... 9
2. Bid Data Sheet ............................................................................................................... 10
3. E-Procurement process .................................................................................................. 15
4. General References ....................................................................................................... 18
5. Detailed Scope of Work .................................................................................................. 18
5.1 Responsibilities of selected bidder ........................................................................... 18
5.1.1 Deployment of trained people and their management ........................................ 18
5.1.2 Processes/SOPs/Protocols ............................................................................... 20
5.1.3 Ambulance Upkeep and Maintenance ............................................................... 21
5.1.4 Emergency Response Service Delivery ............................................................. 23
5.1.5 Other Responsibilities ....................................................................................... 25
5.2 Coverage of expenses of Service Provider ............................................................... 26
5.3 Responsibilities of the Client .................................................................................... 26
5.4 Financing model for selection of Service Provider..................................................... 28
6. Conditions of Eligibility of bidders.................................................................................... 28
6.1 Pre-qualification Criteria........................................................................................... 28
6.2 Evaluation criteria for technical proposal .................................................................. 30
6.3 Evaluation of proposals............................................................................................ 32
6.4 Evaluation criteria for financial proposal ................................................................... 33
6.5 Preliminary Examination of proposals....................................................................... 33
6.6 Reverse tendering / auction process on e-Procurement portal .................................. 33
6.7 Finalization of successful bidder............................................................................... 34
6.8 Bid validity period .................................................................................................... 34
6.9 Minimum number of Bids ......................................................................................... 35
6.10 Number of proposals ............................................................................................... 35
6.11 Cost of proposal ...................................................................................................... 35
6.12 Acknowledgement by Bidder .................................................................................... 35
6.13 Conflict of interest .................................................................................................... 35
6.14 Contents of the RFP ................................................................................................ 36
6.15 Clarifications............................................................................................................ 36
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
6 BIDDER TENDER INVITING AUTHORITY
6.16 Amendments/Modifications ...................................................................................... 36
6.17 Preparation and submission of proposal ................................................................... 36
6.17.1 Language of Bid ............................................................................................... 36
6.17.2 Format and signing of proposal ......................................................................... 37
6.17.3 Technical proposal............................................................................................ 37
6.17.4 Financial proposal ............................................................................................ 37
6.17.5 Submission of proposal..................................................................................... 38
6.17.6 Proposal submission date ................................................................................. 38
6.17.7 Late proposals .................................................................................................. 38
6.17.8 Bid fees and Earnest Money Deposit................................................................. 38
6.17.9 Fraud and Corrupt Practices ............................................................................. 39
6.18 Confidentiality .......................................................................................................... 40
6.19 Clarifications............................................................................................................ 40
6.20 Clients Right to accept/reject any proposal or all proposals....................................... 40
6.21 Award of Contract .................................................................................................... 40
6.21.1 Notification of Award ......................................................................................... 40
6.21.2 Performance Security ....................................................................................... 41
6.21.3 Bank Guarantee towards Quarterly Advance Payment ...................................... 41
6.21.4 Signing of contract ............................................................................................ 41
6.22 Disqualification of the bidder .................................................................................... 41
6.23 General Conditions of Contract ................................................................................ 42
6.23.1 Definitions ........................................................................................................ 42
6.23.2 Relationship between the parties ...................................................................... 42
6.23.3 Law Governing the Contract.............................................................................. 42
6.23.4 Language ......................................................................................................... 42
6.23.5 Notices ............................................................................................................. 43
6.23.6 Taxes and Duties.............................................................................................. 43
6.23.7 Effectiveness of Contract .................................................................................. 43
6.23.8 Reporting obligations ........................................................................................ 44
6.23.9 Expiration of Contract ....................................................................................... 44
6.23.10 Entire Agreement .......................................................................................... 44
6.23.11 Modifications ................................................................................................. 44
6.23.12 Force Majeure ............................................................................................... 44
6.23.13 Service Provider’s default .............................................................................. 45
6.23.14 Termination/Suspension of Service Provider .................................................. 45
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
7 BIDDER TENDER INVITING AUTHORITY
6.23.15 Arbitration ..................................................................................................... 45
6.23.16 Venue of Arbitration....................................................................................... 46
6.23.17 Confidentiality................................................................................................ 46
6.23.18 Use of contract documents and Information ................................................... 46
6.24 Special Conditions of Contract ................................................................................. 47
6.24.1 Performance Security ....................................................................................... 47
6.24.2 Access to Service Provider’s Premises.............................................................. 47
6.24.3 Inspection – Checking - Testing ........................................................................ 47
6.24.4 Penalties .......................................................................................................... 47
6.24.5 Compliance of minimum wages act and other statutory requirements ................ 50
6.24.6 Insurance ......................................................................................................... 50
6.24.7 Damages for Mishap/Injury ............................................................................... 51
6.24.8 Indemnity ......................................................................................................... 51
6.24.9 Performance..................................................................................................... 51
6.24.10 Health and Safety .......................................................................................... 51
6.24.11 Data Protection, Confidentiality and Record Keeping...................................... 52
6.24.12 Staffing ......................................................................................................... 52
6.24.13 Sub-Letting/Sub-Contractor ........................................................................... 52
6.24.14 Terms of payment ......................................................................................... 52
6.24.15 Client Audit.................................................................................................... 53
6.24.16 End of service period (Contract Expiry Date) .................................................. 53
Form I Part A: List of number of ambulances (Existing and New) in each district ..................... 55
Form I Part B: Details of existing ambulances ........................................................................ 56
Form II: List of Equipment provided by Client with warranty and CMC timelines ...................... 74
Form III: Drugs and Consumables for 108 Ambulance............................................................ 78
Annexure 1: Letter of Proposal .............................................................................................. 82
Annexure 2: Particulars of Bidder........................................................................................... 84
Annexure 2A: Declaration that the bidder is not blacklisted and not declared NPA .................. 85
Annexure 3: Previous project experience format..................................................................... 86
Annexure 4: Format of Bank Guarantee (Unconditional) for Bid Security................................. 87
Annexure 5: Format of Bank Guarantee (Unconditional) for Performance Security/ Advance
Payment................................................................................................................................ 88
Annexure 6: Financial Bid Format .......................................................................................... 89
Annexure 6A: Format – Price bid: .......................................................................................... 90
Annexure 7: Format for Joint Bidding / Consortium Agreement ............................................... 92
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
8 BIDDER TENDER INVITING AUTHORITY
Annexure 8 A : Format for Power of Attorney for Lead Member of Consortium ........................ 96
Annexure 8 B: Format for Power of Attorney for Sole Bidder................................................... 98
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
9 BIDDER TENDER INVITING AUTHORITY
1. Introduction
Andhra Pradesh (AP) is the 8th largest state in terms of area and has a population of around 5
Crore people. AP has about 3 Crore of its population residing in rural areas, which is about 60%
of total population of the state. The State Government has decided to strengthen ambulance
services across the state.
The delay in reaching to an appropriate healthcare facility is one of the prime factors contributing
to high Neonatal Mortality Rate (NMR) & Maternal Mortality Rate (MMR). This is either due to
lack of readily available and affordable transport facility or inaccessibility of the requ ired health
services. Apart from this, delay in providing medical aid and services to the patient on time,
increases the chances of patient losing life.
In this regard, Government of Andhra Pradesh (GoAP) is in the process of revamping its
healthcare delivery systems and service delivery models to improve quality and responsiveness
of emergency services. Towards this endeavor, GoAP plans to procure 432 new ready-to-deploy
new ambulances for providing emergency response services (108 Services), along with
utilization of existing fleet of 336 ambulances.
In addition to procurement of ambulances, Government is also planning to revamp its emergency
response services. This will ensure that there will be considerable reduction in response time to
reach the location.
In view of the above, and as per the suggestion received from the Expert Committee on Health,
Government of Andhra Pradesh, is considering revamping its Emergency Response Services
(108) through this RFP.
The process of selection of successful bidder is mentioned in Clause 6.6.
1.1 Overall scope of current RFP
GoAP envisages procurement of new 108 ambulances through a separate process. The
ambulance model shall be finalized post evaluation.
The purpose of this RFP is to invite proposals from interested parties to select eligible
Service Provider for delivery of Emergency Response Services (108). The detailed scope
of work is provided in Section 5.1 of this RFP.
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
10 BIDDER TENDER INVITING AUTHORITY
2. Bid Data Sheet
S. No Information Details
1. Tender Inviting Authority (TIA)
Managing Director, Andhra Pradesh Medical Services
& Infrastructure Development Corporation
(APMSIDC), Government of Andhra Pradesh
2. Purchaser/Client Chief Executive Officer, Dr. YSR Aarogyasri Health
Care Trust
3. Name of RFP Selection of Service Provider for providing Emergency
Response Services (108) across Andhra Pradesh
4. No of ambulances
• New Ambulances – 432
i. BLS- 282
ii. ALS- 104
iii. Neonatal- 26
• Existing ambulances - 336
5. Contact details of Tender inviting
authority
Designation: Executive Director
Address: 2nd Floor, PHYCARE Building, Plot No. 9,
APIIC IT Park, Survey No. 49, Near Visalandra Printing
Press, Autonagar, Mangalagiri, Andhra Pradesh -
522503
E-mail id: [email protected]
Contact No: +91-8978680708
6. RFP reference number RFP No. 9.2/APMSIDC/Equipment/2019-20
Dt: 20.11.2019.
7. Date and time of publishing of
RFP on e-Procurement portal 22nd November, 2019
8. Non-Refundable Tender Cost
INR 50,000 in form of Demand Draft (DD) from any
nationalized bank preferably SBI in favor of Managing
Director, Andhra Pradesh Medical Services &
Infrastructure Development Corporation (APMSIDC),
Government of AP payable at Vijayawada
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
11 BIDDER TENDER INVITING AUTHORITY
S. No Information Details
9. EMD/Bid Security
INR 1,00,00,000 in form of Bank Guarantee (BG) or
Demand Draft (DD) from any nationalized bank
preferably SBI in favor of Managing Director, Andhra
Pradesh Medical Services & Infrastructure
Development Corporation (APMSIDC), Government of
AP payable at Vijayawada
10. Method of evaluation of bids
• Minimum 70 marks in Technical evaluation
• Lowest cost bidder (L1) with reverse tendering
/auction
11.
Last date, time (deadline) and
venue for receipt of proposals in
response to this RFP notice
through e-procurement portal,
GoAP including scanned copies
of tender fee and EMD
05:00 PM
5th December 2019
12.
Date and Time of submission of
technical proposal including
original copies of EMD (Physical
Copy), tender document fee
(Physical Copy)
05:00 PM
5th December 2019
13.
Date and time of opening of
Technical Bids on e-
Procurement portal
05:30 PM
5th December 2019
14. Date and time for Technical
presentation
02:00 PM
9th December 2019
15.
Date and time of Opening of
Financial Bid on e-Procurement
portal
12:00 PM
10th December 2019
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
12 BIDDER TENDER INVITING AUTHORITY
S. No Information Details
16. Date and time of Reverse
Tendering / Auction process
12:30 PM to 6:30 PM
10th December 2019
17. Duration for Reverse Tendering /
Auction
Reverse tendering / auction shall be conducted for 6
hours and extended further based on rules mentioned
in Section 6.6
18. Bid validity period 180 days
19. Contract period 7 years
20. Forms and Annexures to be
filled
Form I Part A: List of number of ambulances (Existing
and New) in each district
Form I Part B: Details of existing ambulances
Form II: List of Equipment provided by Client with
warranty and CMC timelines
Form III: Drugs and Consumables for 108 Ambulance
Annexure 1: Letter of proposal
Annexure 2: Particulars of Bidder
Annexure 2A: Declaration that the bidder is not
blacklisted and not declared NPA
Annexure 3: Previous Project Experience Format
Annexure 4: Format of Bank Guarantee (Unconditional)
for Bid Security
Annexure 5: Format of Bank Guarantee (Unconditional)
for Performance Security/ Advance Payment
Annexure 6: Financial Bid Format
Annexure 6A: Format- Price bid
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
13 BIDDER TENDER INVITING AUTHORITY
S. No Information Details
Annexure 7: Format for Joint Bidding / Consortium
Agreement
Annexure 8 A: Format for Power of Attorney for Lead
Member of Consortium
Annexure 8 B: Format for Power of Attorney for Sole
Bidder
21. Make/ Model of Vehicle
1. Force traveller ambulance 3350 MMWB (AIS 125
Part-I Type C certified) or equivalent
2. Force traveller ambulance (high performance) 3350
(AIS125 Part I Type D) or equivalent
3. Suitable 2WD/ 4WD ambulance for BLS – 20 nos.
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
14 BIDDER TENDER INVITING AUTHORITY
Checklist for the Bidder
S. No. Bid Enclosures Yes/No
1. Letter of Proposal
2. Tender Fees
3. DD / Bank Guarantee of EMD
4. Particulars of the Bidder
5. PAN card copy
6. GST certification copy
7. Pre-qualification documents
8. Certificate of Incorporation of the Bidder
9. Audited financial reports of the Bidder
10. Blacklisting/Debarring certificate of the Bidder
11. Technical qualification documents
12. Whether all Forms and Annexures submitted as required in this RFP
13. Financial proposal (Annexure - 6 to be submitted on-line only)
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
15 BIDDER TENDER INVITING AUTHORITY
3. E-Procurement process
Inviting Bids through e-Procurement Portal
1. APMSIDC invites online bids (Two bid system) through e-Procurement portal from eligible
bidders for engaging Service Provider for Operations and Maintenance of Ambulances for
Emergency Response Services (108) across Andhra Pradesh.
2. A complete set of bidding documents can be downloaded from
https://tender.apeprocurement.gov.in as per the date and time provided in the bid data sheet.
However, a scanned copy of the Demand Draft for INR 50,000/- drawn in favor of Managing
Director, Andhra Pradesh Medical Services & Infrastructure Development Corporation,
Government of AP payable at Vijayawada shall be uploaded towards cost of Tender
Document along with the bid, failing which the bid will be disqualified.
3. Eligible Bidders must submit their bids for the complete scope of work. Any bid submitted
for incomplete scope shall be rejected.
4. Issuance of Bidding Documents will not be construed to mean that such bidders are
automatically considered qualified
5. All bids must be accompanied by Bid Security as given in the table below, failing which the
bid will be rejected
6. All bids must be submitted on or before last date and time as mentioned in the bid data
sheet, through e-Procurement portal only (online).
7. Bids will be opened on the date and time as mentioned in the bid data sheet in the presence
of the bidders or their representative, who choose to attend on the specified date and time
at the Office of APMSIDC.
8. APMSIDC will not be responsible for any costs or expenses incurred by the bidders in
connection with the preparation or delivery of bids.
9. APMSIDC reserves the right to reject bids without assigning any reason whatsoever.
10. In event of a date being declared as a closed holiday, the date for submissions of bids and
opening of bids will be the following working day at the appointed time.
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
16 BIDDER TENDER INVITING AUTHORITY
Procedure for offer submission:
1. The Bidders shall submit their response through e-Procurement portal at
https://tender.apeprocurement.gov.in or http://www.apeprocurement.gov.in/ by following
the procedure given below.
2. The Bidders shall register on the following websites to submit the bids online:
• https://tender.apeprocurement.gov.in (for submission of pre-qualification,
technical qualification and price bid formats)
• https://tender.apeprocurement.gov.in (for participating in the reverse auction)
3. Offline bids will not be entertained by the Tender Inviting Authority for the tenders
published in e-Procurement portal.
4. The Bidders shall submit their eligibility and qualification details, Technical bid, Financial
bid etc., in the online formats displayed in e-Procurement website. The Bidders shall
upload the scanned copies of all the relevant certificates, documents, etc., in support of
their eligibility criteria/technical bids and other certificates/documents in the e-
Procurement website. The Bidders shall sign on the statements, documents, certificates,
uploaded by them, owning responsibility for their correctness/authenticity. The Bidders
shall attach all the required documents for the specific tender after uploading the same
during the bid submission as per the Tender Notice and Bid Document.
5. Digital Certificate Authentication: The Bidders shall authenticate the bid with their Digital
Certificates for submitting the bid electronically on e-Procurement portal and the bids not
authenticated by digital certificate of the Bidders will not be accepted on the e-
Procurement portal.
6. Submission of Hard Copies: The scanned copies of DD/BG towards tender document fee
and EMD shall be uploaded along with the bid through e-Procurement portal online. After
submission of bid online, the Bidders are requested to submit the originals of DD/BG
towards EMD and tender document fee to the Tender Inviting Authority as mentioned in
the BDS.
7. APMSIDC shall not take any responsibility for any delay or non-receipt. If any of the
documents furnished by the Bidders are found to be false/fabricated/bogus, such Bidders
are liable for blacklisting, forfeiture of the EMD, cancellation of work and criminal
prosecution. The Bidders are requested to get a confirmed acknowledgement from the
Tender Inviting Authority as a proof of submission of Hard Copies to avoid any
discrepancy. The Bidders have to attach the required documents after uploading the same
as required by Tender Inviting Authority in the tender conditions.
8. Payment of Transaction Fee: All the participating bidders have to electronically pay a non-
refundable transaction fee to M/s. APTS, the service provider through "Payment Gateway
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
17 BIDDER TENDER INVITING AUTHORITY
Service on E-Procurement portal", as per the Government Orders placed on the e-
procurement website.
9. Tender Document: The Bidders are requested to download the Tender Document and
read all the terms and conditions mentioned in the Tender Document. The Bidders have
to keep track of any changes by viewing the Addenda / Corrigenda issued by the Tender
Inviting Authority from time-to-time, in the e-Procurement portal. The Department calling
for Tenders shall not be responsible for any claims / problems arising out of this.
10. Bid Submission Acknowledgement: The Bidders shall complete all the processes and
steps required for Bid submission. The system will generate an acknowledgement with a
unique bid submission number after completing all the prescribed steps and processes by
the Bidders. Users may also note that the bids for which an acknowledgement is not
generated by the e-Procurement system are treated as invalid or not saved in the system.
Such invalid bids are not made available to the Tender Inviting Authority for processing
the bids. The APMSIDC and M/s. APTS are not responsible for incomplete bid submission
by users.
11. How to Apply
a) Click at http://www.apeprocurement.gov.in or https://tender.apeprocurement.gov.in to
download e-Procurement notification.
b) Read the complete document carefully.
c) Pre-qualification, Technical bids shall be submitted online, as well as hard copy in two separate envelopes and put both these envelopes inside a bigger envelope. On the bigger envelope mention the details of the Tender Inviting Authority as mentioned in the bid data sheet.
d) Financial Bid shall be submitted online only
e) The system will generate an acknowledgement with a unique offer submission number
on successful completion of the above process.
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
18 BIDDER TENDER INVITING AUTHORITY
4. General References
a. The Procurement process shall be done by Andhra Pradesh Medical Services &
Infrastructure Development Corporation on behalf of “Dr. YSR Aarogyasri Health Care
Trust, Government of Andhra Pradesh”.
b. Andhra Pradesh Medical Services & Infrastructure Development Corporation is hereafter
referred to as “Tender Inviting Authority” in this document.
c. Dr. YSR Aarogyasri Health Care Trust, Government of Andhra Pradesh shall issue the
Letter of Award (LOA), sign and implement the contract with the successfu l bidder.
d. Dr. YSR Aarogyasri Health Care Trust hereafter shall be referred to as “Purchaser/Client”
in this document.
e. The Applicant who is providing response to this bid is hereafter referred as “Bidder” in this
document.
f. The Bidder who is successful in post evaluation of proposals according to terms and
conditions of this RFP is hereafter referred to as “Selected Bidder / Service Provider”.
g. Ambulance supplier, hereafter referred to as “Ambulance Integrator / Supplier” shall be
Client or authorized by Client for providing fully equipped ambulances.
h. A “Call Centre” hereafter referred to as Emergency Response Centre for both 104 and
108 for delivering services related to monitoring, dispatch, inbound & outbound call
management, health advisory assistance, etc.
5. Detailed Scope of Work
5.1 Responsibilities of selected bidder
5.1.1 Deployment of trained people and their management
i. Recruit and train qualified manpower required for delivery of emergency response
services including care at site, providing onboard pre-hospital care as per protocols,
transportation/ handing over of patients to appropriate and/or nearest hospital. In this
regard, Service Provider shall consider weekly offs, holidays, leaves and time required
for attending training programmes, etc. and accordingly plan for buffer staff
recruitment.
Existing staff working in Emergency Response Services shall be taken-over by the
Service Provider (those who pass the functional, life skills including values, attitude
and service orientation) in consultation with the Client. Accordingly, Service Provider
shall make the gap analysis to recruit, train, certify and deploy people. Service Provider
shall ensure that a suitable annual performance assessment system is put in place for
all staff of 108 Ambulances for appropriate decisions with respect to salary increase
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
19 BIDDER TENDER INVITING AUTHORITY
or promotion. Service Provider shall have the right to not to recruit/ discontinue
services of any staff on whom any criminal cases are registered.
ii. Ensure certification of EMTs by Health Sector Skill Council (HSSC) and State
Committee, prior to deployment in the ambulances.
Currently 250 EMTs working for 108 services, are certified. Service Providers shall
ensure that all EMTs are certified under HSSC within one year from the date of
issuance of LoA.
iii. Continuous improvement of all EMT staff through latest training programs to be
conducted at district level, without any extra cost to the Government.
iv. Apart from BLS modules, the Service Provider shall design additional training modules
for ALS and Neonatal ambulances.
v. Ensure that every ambulance shall have at least one Pilot and one EMT, per shift
(each of 12 hours).
vi. Provide managerial staff at Regional/Zonal level, District level, and Sub-District level.
There shall be at least one supervisory staff (OE) for every 10 on-road ambulances,
one District Manager per district, one Fleet Manager per district and one
Regional/Zonal Manager per region/zone.
vii. The staff so engaged/recruited/appointed by the Service Provider shall be exclusively
on pay rolls of Service Provider and under no circumstances this staff will ever have
any claim, whatsoever for appointment with the Government.
viii. Service Provider shall be solely responsible for performance and conduct of the staff.
Service Provider must suitably factor in a reasonable yearly increment for
remuneration of other staff
ix. Service Provider shall be fully responsible for adhering to provisions of various laws
applicable including Labour laws. Service Provider shall also submit employee’s salary
For new recruits (one-time training) For existing staff (refresher training)
EMT 60 days including Ambulance and
hospital phase
6 days per every 6 months
Pilot 10 days 1 day per every 6 months
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
20 BIDDER TENDER INVITING AUTHORITY
slips, PF statement and other proofs required in compliance to various statutory
provisions etc. to Government for monthly verification.
x. Service Provider is responsible to pay salaries to the staff by the end of the month and
not later than 5th of the following month.
xi. Service Provider shall deploy one Project Manager full time at the Emergency
Response Centre for stakeholder coordination (Ambulance Integrator/ Supplier,
Emergency Response Centre and Client) and report to Client.
xii. Service Provider shall record attendance of the staff through biometric device installed
inside the ambulance.
xiii. Service Provider shall record the attendance of all supervisory staff and report to the
Client regularly.
xiv. Service Provider shall hire at least 50% of the personnel (skilled and non- skilled) from
the locals of state of AP and every person engaged must be conversant with the local
language(Telugu).
xv. Service Provider shall mandatorily take comprehensive insurance coverage and
maintain payrolls for all the staff.
5.1.2 Processes/SOPs/Protocols
Service Provider is responsible for defining the processes, detailed SOPs for each
process and also medical protocols covering:
i. The process covers the entire sequence right from receiving message from ERC till
the patient/emergency victim is admitted in the hospital and follow up done after 48
hours (call to scene, scene to hospital, at hospital, handover, back to base and closing)
ii. All the interactions, in various situations, between ERC and ambulance staff should
also be covered.
iii. The medical protocols cover medical pre-arrival instructions by EMT to the caller/victim
and pre-hospital care provided at site and inside ambulance during the transport.
iv. The processes should also cover training manuals for EMTs and pilots, for both new
recruits and existing employees (refresher course).
v. The processes should also cover ambulance location, dispatch guidelines, backup
deployment, ambulance repairs and upkeep.
vi. The processes should be clearly defined, adhered to and reported in case of any
deviations for improvement.
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
21 BIDDER TENDER INVITING AUTHORITY
vii. Quality assurance- Service Provider shall deploy quality control team for regular and
surprise audits, covering condition of ambulance and equipment inside ambulance,
pre-hospital care, etc.
viii. Calibration of all medical equipment inside Ambulance shall be done by the Service
Provider.
Note: Service Provider shall submit Process document within 15 days of signing of
LoA.
5.1.3 Ambulance Upkeep and Maintenance
i. Inspect, check and accept all fabricated and equipped ambulances. List of pre-
installed medical and non-medical equipment in the ambulance which is to be
maintained by the Service Provider is mentioned in Form II.
ii. Regular upkeep of the ambulances with fabrication & equipment including undertaking
repairs at no extra cost to Client and Ambulance Integrator/ Supplier. However, the
repairs covered under standard warranty and standard insurance are taken care by
the Ambulance Integrator/ Supplier.
iii. Over and above the standard warranty and standard insurance all costs towards the
repair, maintenance, all risks including war, strike, riots and civil commotion and any
other perils etc. shall be the responsibility of the Service provider. To cover these, the
Service Provider may take additional insurance and warranty support towards vehicle
repair/replacement of the vehicle if required.
iv. Standard warranty shall mean all manufacturing defects associated with vehicle,
fabrication and equipment. Standard insurance shall cover all the costs associated
with accident, fire and theft for vehicle, equipment and fabrication. Ambulance Supplier
is responsible for providing standard warranty and standard insurance. Any other
issues which are not covered under these standard warranty and insurance shall be
taken care by the Service Provider as it is the responsibility of Service Provider to
maintain the vehicle, fabrication and equipment throughout the tenure of the project.
v. Standard warranty for vehicle including fabrication shall be for period of three years
and for medical equipment is in Form II.
vi. Client shall provide standard insurance for vehicle including fabrication and medical
equipment for a period of one year.
vii. Undertake yearly fitness testing and certification through Transport Department.
viii. Personal usage, wrong/ undesignated parking, willful damage of ambulance,
fabrication and/or equipment shall be considered as misuse of ambulance. All costs
associated with misuse of ambulance shall be the responsibility of Service Provider.
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
22 BIDDER TENDER INVITING AUTHORITY
ix. In case of ambulance breakdown, or being taken off road for whatsoever reason,
Service Provider shall deploy backup ambulance on road, thereby ensuring no service
disruption.
x. Follow all standards/procedures prescribed by ambulance/equipment OEMs in day to
day usage, including scheduled maintenance.
xi. Maintain fully equipped ambulances as per the ambulance manufacturers
maintenance schedules throughout the contract period to prevent any structural or
functional deterioration of assets.
xii. Ambulance maintenance protocol sheet to be filled periodically. Maintenance sheet
will include: Ambulance maintenance parameters like the condition/level of engine oil,
brake oil and coolant level, clutch fluid, condition of air filter, tyre pressure, oxygen
level, fuel level, proper working of siren, lights, charging of rechargeable equipment,
availability of drugs, consumables, equipment check sheet and other hygiene factors.
xiii. Operate and maintain existing 336 number of ambulances to de liver emergency
response services. The list of existing ambulances is provided in Form I Part B.
xiv. Designs of new branding of existing ambulances will be provided by the Client and the
Service Provider has to organize for rebranding of ambulances.
xv. Any missing or damaged equipment in existing ambulances will be provided by the
Client alone and it shall be the responsibility of the Service Provider to install such
equipment in ambulances and thereafter take care of their repair and maintenance as
mentioned for equipment in new ambulances in the RFP.
xvi. On issuance of LoA the Service Provider shall immediately obtain necessary package
towards warranty, maintenance and insurance for all existing 336 ambulances
mentioned in Form I Part B, for a period 7 years for ambulance, fabrication and
equipment, at no extra cost to Government.
xvii. Service Provider shall enter into a tripartite agreement with Ambulance Integrator/
Supplier and Client for maintenance and insurance of ambulance and equipment.
xviii. Responsible for fumigation of the ambulances, as and when necessary/required, to
prevent ambulance acquired infection.
xix. Submit “monthly reports” on vehicles including vehicle log books, vehicle condition etc.
xx. Provide “towing support” in case of breakdown of vehicle at no extra cost to
Government and Ambulance Integrator/ Supplier. Monthly status report on
breakdowns, action taken and other details.
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
23 BIDDER TENDER INVITING AUTHORITY
5.1.4 Emergency Response Service Delivery
i. All vehicles shall be parked at identified PHC or any other Government hospital/
Government facility. Any changes in the parking station shall be intimated to the Service
Provider and vice-versa. However, it is the responsibility of Service Provider to take
care of vehicles, equipment and fabrication.
ii. Finalize location of ambulances in consultation with Client and deploy trained people.
The detailed distribution of ambulances will be provided to the successful bidder.
iii. Provide approved uniform (minimum 3 sets per annum, winter and rain jackets and
appropriate shoes and gloves) to EMT and pilot.
iv. Finalize location of backup ambulances in consultation with the Client.
v. All backup ambulances shall be maintained in good condition at all times. Deploy
backup ambulances as per the process finalized.
vi. All ambulances shall be on-road at all times.
vii. Provide emergency response services based only on instructions of the Emergency
Response Centre and as per documented processes, SOPs and protocols
viii. All ambulances which are on road shall operate on all 365 days in two shifts of 12 hours
each per day.
ix. Procure drugs and consumables as mentioned in Form III and provide them to patients
free of cost.
x. Service provider shall not collect any amount or any tips from patients or their
attendees. If they collect amount or any tips, they are liable for criminal prosecution for
offences punishable under the Indian penal code.
xi. Interface with Emergency Response Centre and use all applications and services
provided through the Emergency Response Centre
xii. Number of emergencies transported per month per ambulance shall not be less than
90 in first year. After first year, these emergencies shall not be less than 120 per month.
However, the Service Provider shall make more trips, if required and as per the dispatch
instructions received from Emergency Response Centre.
xiii. Maximum Monthly Average Emergency Response Time for each case (calculated from
the location of the ambulance to the site of emergency for each trip) is expected to be
as below:
• Urban-15 min
• Rural - 20 min
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
24 BIDDER TENDER INVITING AUTHORITY
• Tribal - 30 min
Note: 95% of cases should be within the maximum monthly average emergency
response time as mentioned above.
xiv. Through the available IT interfaces/Applications, Service Provider shall perform
following functions:
• Routing
• Employee Scheduling and biometric attendance
• Payroll Software of Service Provider for employees (attendance, leave, PF, salary slip, etc. and other employee convenience services)
• Asset Management
• Drugs & Consumables (Receipts, usage, requirement, status of fulfillment of indent)
• Pre-hospital Care Records
• Reporting
• Ambulance/ Fleet Management (fuel, tyre, battery, etc. management)
• Ambulance maintenance sheet (Service schedules, breakdowns, fitness certification, etc.)
• Shall update the following information through the IT application/interface provided by the Client:
➢ Total operational ambulances
➢ Total Emergencies dispatched
➢ Trips made per day
➢ Numbers of life saved per month
➢ Medicines issued
➢ Ambulance Response Time- Rural, Urban and Tribal
➢ Destination Hospital
➢ Pregnancy Related Emergencies
➢ Infant cases
➢ Road Accident Related Emergencies
➢ Cardiac Arrest Related Emergencies
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
25 BIDDER TENDER INVITING AUTHORITY
➢ Other Emergencies
➢ Response time from Call to dispatch, dispatch to scene, scene to hospital
➢ Number of calls received- Actionable and non-actionable calls. Actionable calls include emergency and follow up calls and non-actionable calls include missed calls, blank calls, etc.
xv. System Integrator shall install Camera, MDT, two mobile phones, AVLT, data card for
internet connectivity and two-way communication box for effective use of Service
Provider. Connectivity to these devices such as SIM cards etc. including adequate
data plans shall also be provided by System Integrator/ Emergency Response Centre.
xvi. Service Provider usually respects the patient’s or attender’s choice of destination
hospital. In case the choice is not a Government hospital, EMT will take the approval
of Supervisor. However, the number of such cases shall not be more than 15% of the
total cases attended. The Service Provider will do daily reporting in IT platform and
maintain monthly report of the cases transported to private facilities along with the total
number of trips.
xvii. Service Provider, under no circumstances, collect any money from patients or their
attenders.
xviii. Establish administrative office/ registered office at Mangalgiri/ Vijayawada, Andhra
Pradesh, and all communications shall be made from this office.
xix. Service Provider shall enter into a tripartite agreement with Client and Emergency
Response Centre for maximum coordination and robust delivery of emergency
response services through 108-service ambulances.
5.1.5 Other Responsibilities
The Bidder/Service Provider shall develop and implement appropriate control mechanism
to ensure the following:
i. In case the Service Provider fails to comply with provisions of applicable laws and
thereby any financial or other liability arises on the Government by Court orders or
otherwise, the Service Provider shall be fully responsible to compensate/indemnify the
Government for such liabilities. For realization of such damages, Government may
even resort to provisions of any Act, which is in force or other laws as applicable on the
occurrence of such situations.
ii. Service provider shall not accept for his own benefit any commission, discount or similar
payments in connection with the activities pursuant to discharge of his obligations under
the agreement and shall use its best efforts to ensure that his personnel and agents,
either of them similarly shall not receive any such additional remuneration.
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
26 BIDDER TENDER INVITING AUTHORITY
iii. Service Provider is responsible for the compliance1 of the statutory requirement under
any law in respect of any asset and operation. The Service Provider shall be held
responsible in case of any penalty, loss or other legal consequences arising out of non-
compliance and will have to make good at its own cost.
iv. Maintain records and submit various reports and information to Department of Health
& Family Welfare, Government of Andhra Pradesh.
v. Attend periodic review meetings held by the Client at various levels.
5.2 Coverage of expenses of Service Provider
The operations and maintenance expense of the Service Provider shall include the
following to deliver the scope of work mentioned in Section 5.1:
i. Establishment of office at each district for planning and monitoring of staff and service
delivery
ii. Manpower/ Staff related- Recruitment, training, salary of ambulance staff and
Supervisors
iii. Fuel
iv. Drugs and consumables
v. Administration- travelling, staff welfare expenses
vi. Communication for supervisory staff- telephone, data charges, GPS charges, etc.
vii. Repair and maintenance beyond the standard insurance and standard warranty of
vehicle, fabrication and equipment.
viii. Any other task assigned by Government from time to time based on circumstances.
5.3 Responsibilities of the Client
i. Facilitate approvals from other State Government departments, if required for running
of ambulances.
ii. The State Government shall provide the mapping of hospitals located in all rural and
urban areas.
iii. Constitute appropriate Committees both at State and District level, with suitable
delegation to ensure smooth implementation of 108 services.
1 Statutory compliances shall mean compliances in respect to any asset or activity and non-compliances of w hich
amounts to breach of law and are subject to legal consequences including penalty w hich may include; payment of tax,
obtain pollution clearance, registration, road permit, provident fund, ESI and f itness certif icate, accidental claims etc.
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
27 BIDDER TENDER INVITING AUTHORITY
iv. Authorize or empower Service Provider to carry out necessary tasks under purview of
this assignment and to provide emergency and healthcare response services.
v. Liaison with other Departments or authorities critical to the functioning such as Police,
Fire, Transport, Labour etc.
vi. Ensure seamless coordination between Government and Service Provider in effective
and efficient implementation of partnership agreement.
vii. Provide equipment to Service Provider to replace missing or damaged equipment in
existing ambulances.
viii. Ensure quarterly advance payment to Service Provider on submission of unconditional
bank guarantee.
ix. Supervise quality of service delivery, fleet management, data management, HR
management etc. on a periodic basis
x. Ensure optimum utilization of ambulance services by rational deployment of
ambulances
xi. Co-ordinate with required departments for smooth functioning and appropriate
grievance redressal in districts.
xii. Deploy one personnel to be referred to as Aarogyamitra, at each Area Hospital, District
Hospital and Teaching Hospital to coordinate with the EMT during emergency trips.
Aarogyamitra would alert the hospital officials about the incoming case and ensure
necessary arrangements and coordination with hospital staff.
xiii. Entrust Civil Supplies officials to check, on a sample basis, quality of the fuel used in
the vehicles.
xiv. GPS based vehicle tracking systems will be installed in every vehicle by the System
Integrator
xv. Entrust Drug Inspectors to check the quality and availability of drugs, equipment,
oxygen cylinder, and all apparatus used in the ambulance.
xvi. Entrust RTA officials who shall intermittently inspect the condition and fitness of the
vehicles
xvii. The findings of all the above-mentioned inspections by officials of Civil supplies, RTAs,
Drug inspectors shall be recorded through app.
xviii. The Client shall verify the minimum required qualifications of the staff hired by Service
Provider to check the genuineness of the qualification & eligibility certificates and also
for appraisal of the efficiency and capability to render service by staff o f the service
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
28 BIDDER TENDER INVITING AUTHORITY
provider to be engaged time to time.
5.4 Financing model for selection of Service Provider
The bidder is required to indicate all costs related to operations and maintenance of
ambulances including fuel, providing salary to the staff, IT & connectivity, drugs and
consumables in their financial bid.
The salary of Pilot and EMT for ambulance services shall be as per applicable GO or
statute and law. The mode of payment of salaries for Pilot and EMT mentioned in GO shall
be decided by the Government and intimated to the Service Provider.
All other salaries shall be as per market conditions. Bidder may consider annual increase
in those salaries and suitably quote in the price bid. Payments shall be made by the Client
to selected bidder on quarterly basis for a period of 7 years towards cost of providing
operations and maintenance services. Review will be made on HR requirements and
scope will be redefined periodically as and when required by the Client.
The Service Provider must resolve all issues related to the employees who are employed
in the erstwhile contract. If the selected Service Provider does not clear dues of the
employees employed in the erstwhile contract, then the Client shall deduct those dues
from the payment to be paid to the Service Provider. However, in respect of those
employees who have not worked earlier with the selected Service Provider , then that
selected Service Provider have no liability on those employees and in such case the
Government shall undertake the due process in settlement on case to case basis.
6. Conditions of Eligibility of bidders
6.1 Pre-qualification Criteria
S. No. Eligibility Documents Required
1.
The Bidder can participate as a Sole/ Consortium. The Sole bidder shall be any of the following registered in
India:
a. Trust
b. Society
The members of the consortium shall be any of the
following registered in India:
a. Trust (Government owned trusts from Abroad can
also participate. However, the Government owned trust
form Abroad cannot be the lead bidder.)
License/Registration certificates as per applicable laws of the Government
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
29 BIDDER TENDER INVITING AUTHORITY
S. No. Eligibility Documents Required
b. Society
c. Company
In case of a consortium, the trust shall be the lead
bidder and society/company can be part of consortium
as members.
2.
The bidder (Sole/One of the consortium members)
should have minimum 3 years of field experience in
providing emergency response services or similar
ambulance services for Central/State Government
/PSUs/ Parastatal agencies in India or Abroad.
(Emergency Response/ Call Centre experience will not
be considered)
Work Order(s)/
Government agencies’
self-certified experience
certificate signed by its
legal authority.
3.
Bidder should have provided emergency response
services through at least 50 ambulances per annum
during the last 3 years, in India/Abroad.
Work Order(s)/
Government agencies’
self-certified experience
certificate signed by its
legal authority.
4.
The bidder (Sole/One of the consortium members)
should have an annual operational income of at least
INR 25 crores from similar activities in each of the last
three financial years (2016-17, 2017-18 and 2018-19)
CA certificate/Audited Financial Reports
5.
The bidder should not have been disqualified/
terminated or debarred or blacklisted or involved in
criminal cases or not covered by any pending
bankruptcy proceedings by any Central/ State
Governments/ PSUs in India or by any Government
agencies in Abroad
Affidavit (Annexure 2A)
6. Bidder must have GST registration within the State of
Andhra Pradesh Proof of GST registration certificate
7.
The bidder shall provide an undertaking through an
affidavit that all dues shall be cleared to all staff earlier
employed for 108 and 104 related services.
Affidavit
Note:
1. Similar activities mentioned at point no. 4 mean delivery of ambulance services at field
level.
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
30 BIDDER TENDER INVITING AUTHORITY
2. The bidder can be individual/consortium up to 3 to register as partnership firm in India,
with names of all find place in the register of firms, to comply before bid acceptance, if
such consortium formed.
3. The maximum number of permissible members in the consortium is three (3), international
partner limited to one (1) is permitted.
4. In case of a Consortium, the bidders shall form a Partnership firm reg istered in India as
per applicable laws. The partnership agreement and proof of partnership firm should be
submitted by the bidder.
5. In case the bidder is not already registered as partnership firm, the Bidder has to provide
an affidavit mentioning that the partnership firm shall be registered before bid finalization
i.e., before signing of contract agreement. If the bidder fails to register the partnership firm
before bid finalization, the bid shall not be accepted even though the bidder is declared as
the successful bidder under reverse tendering process. For such default, the bidder’s EMD
will be forfeited and also be made liable for other civil and penal consequences.
6. In case one of the Consortium partners is an international entity (Donors, Non-Governmental Organizations, Foundations, foreign government bodies funding/ implementing health/ development sector programs), license/ registration certificates as per applicable laws of respective governments shall be provided.
7. In case the bidder is not already registered for GST in Andhra Pradesh, the Bidder has to
provide an affidavit mentioning that the GST certificate shall be taken before bid
finalization i.e., before signing of contract agreement. If the bidder fails to register under
GST within the state of Andhra Pradesh before bid finalization, the bid shall not be
accepted even though the bidder is declared as the highest bidder under reverse tendering
process. For such default, the bidder’s EMD will be forfeited and also be made liable for
other civil and penal consequences.
6.2 Evaluation criteria for technical proposal
The bidders who comply with prequalification criteria mentioned in Clause 6.1, shall be
eligible for technical evaluation. The technical qualification requirements are provided
below:
S.
No.
Eligibility Documents
Required
1.
During the last five financial years (2014-15, 2015-16, 2016-17,
2017-18 and 2018-19), the Service Provider should have
following: Work order/Proof
of experience
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
31 BIDDER TENDER INVITING AUTHORITY
S.
No.
Eligibility Documents
Required
Description Marks
Experience of operating and maintaining 108 –
Emergency Response Services or similar
ambulance services for Central/State Government
/PSUs/ Parastatal agencies in India or Abroad:
5 marks for each project, subject to a maximum of
15 marks
Note:
Minimum ambulance numbers that the Service
Provider should have maintained for any of the
Central/State Government/PSUs/ Parastatal
agencies, in each project, should be 20.
15
2.
The Bidder as a Service Provider should have maintained
following number of Emergency Response Service ambulances
or similar ambulance services during last five (5) financial years
(2014-15, 2015-16, 2016-17, 2017-18 and 2018-19) on
cumulative basis for Central/State Government/PSUs/ Parastatal
agencies
Description Marks
More than 100 numbers 25
Between 50 and 100 numbers 20
Less than 50 numbers 15
Work order/Proof of experience.
At least one
Client’s satisfaction
certificate
regarding the
performance of
Services
3.
The Bidder as a Service Provider should have deployed personnel
during the last five financial years (2014-15, 2015-16, 2016-17,
2017-18 and 2018-19) for a period of at least one year (Staffing of
call center will not be considered)
Description Marks
Managing more than 200 people in similar
projects for any Central/State Government/PSU/
Parastatal agencies
20
Work order/Proof of experience.
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
32 BIDDER TENDER INVITING AUTHORITY
S.
No.
Eligibility Documents
Required
Between 100 and 200 people in similar projects
for any Central/State Government/PSU/
Parastatal agencies
15
Between 40 and 100 people in similar projects for
any Central/State Government/PSU/ Parastatal
agencies
10
Similar projects shall mean Emergency Response Service
ambulances or similar ambulance services
4.
Bidder should have contributed to development of health sector in
any State in India through setting up of health infrastructure,
emergency health support, programmes at field level for
healthcare/ nutrition/immunization/ sanitation camps. - 10 marks
Supporting proof to
showcase
contribution
5.
Technical presentation – 30 marks
Technical presentation shall consist of the following:
• Recruitment and Training
• Employee engagement and motivation
• Processes, SOPs and protocols documentation and
adherence
• Ambulance scheduling and maintenance
• Emergency Response Service Delivery (Pre-hospital care
and Patient Handling)
• Relevant learnings from other projects and innovative
ideas on the above-mentioned points
• Ability and approach to integrate with Government,
Emergency Response Centre, Ambulance Integrator/
Supplier, Public and Hospitals
Technical
presentation to
Evaluation
Committee by
Bidder
6.3 Evaluation of proposals
i. Two stage evaluation will be taken up for identification of successful bidder
a) Technical Evaluation
b) Financial Evaluation
ii. Bidders who fulfill the eligibility criteria will be considered for technical evaluation and
all other bids will be considered as non-responsive and will be rejected.
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
33 BIDDER TENDER INVITING AUTHORITY
iii. Technical evaluation of bids will be done as per the criteria mentioned in Section 6.2.
The bidder should score at least 70 marks to be qualified technically. Based on this
technical evaluation, a list of short-listed applicants shall be prepared.
iv. The bidder who are technically qualified will be eligible for financial evaluation.
v. Financial bid shall consist of Quarterly price
6.4 Evaluation criteria for financial proposal
Bidders shall upload the financial proposal in the format at Annexure 7 (the “Financial
Proposal”), clearly indicating the total cost of the service in both figures and words, in
Indian Rupees, and signed by the Bidder’s authorized signatory. In the event of any
difference between figures and words, the amount indicated in words shall be considered.
While submitting Financial Proposal, the Bidder shall ensure the following:
i. All the costs associated with the assignment shall be included in the Financial Proposal.
The total amount indicated in the Financial Proposal shall be without any condition and
shall be final and binding. In case any assumption or condition is indicated in the
Financial Proposal, it shall be considered non-responsive and liable to be rejected.
ii. The Financial Proposal shall consider all expenses and tax liabilities excluding GST.
Further, all payments shall be subject to deduction of taxes at source as per applicable
laws. GST as per the applicable rates, depending on amendments, shall be borne by
Client. The service provider shall be liable to pay GST which can be deducted at source
on every respective bill payment made by client. Any input tax claim deduction benefit
shall go to the Client/Government.
iii. Costs shall be expressed in INR.
6.5 Preliminary Examination of proposals
i. APMSIDC will examine the bids to determine whether they are complete and are in
order.
ii. APMSIDC may waive any minor informality or non-conformity or irregularity in a bid
which does not constitute a material deviation, provided such a waiver does not
prejudice or affect the relative ranking of any bidder.
6.6 Reverse tendering / auction process on e-Procurement portal
i. APMSIDC will schedule reverse tendering / auction process on the e-Procurement
portal, as per date and time published in the Bid Data Sheet. In case of any change in
date and time, the same will be published on the website of APMSIDC/eProcurement
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
34 BIDDER TENDER INVITING AUTHORITY
portal. Qualified technical bidders will also be communicated through e-mail the date
and time for the conduct of reverse tendering / auction process.
ii. Online reverse tendering / auction process
a) The online Reverse tendering / auction process will be run on the total quarterly
amount to be paid to the Bidders.
b) Only the technically qualified bidders (70% technical score) will be permitted to
participate in the reverse auction.
c) The ‘opening price’ i.e. start price for Reverse Auction will be the lowest (L1) price
quoted by the Bidders amongst all technically qualified bidders.
d) The participating bidders can modify the quarterly service charge per ambulance.
e) For Reverse Auction, the minimum bid decrement will be INR 500 for Service
Charge per unit vehicle per quarter.
f) Bidders can modify the quarterly service charge per ambulance, based on the
minimum bid decrement or the multiples thereof, to displace a standing lowest bid
and become “L1”, and this will continue as an iterative process.
g) Reverse Auction duration: The duration of the reverse auction is as mentioned in
the BDS. All bidders are required to submit their online sealed bids during this
period.
h) In case, if any bidder decides to lower the price in the last fifteen (15) minutes of
the reverse auction duration, then the duration of the reverse auction will be
extended for additional 15 minutes (Bid Received time + 15 minutes) to enable
other bidders to participate further. Such extensions will continue as long as there
is a bid received in the last 15 minutes. In case of non-receipt of any bid in the last
fifteen minutes, the reverse auction session will be closed.
6.7 Finalization of successful bidder
After completion of online reverse auction, bidder who quotes the lowest quarterly price
shall be considered as L1. Post reverse auction, negotiations will be undertaken towards
finalization of bidder(s).
6.8 Bid validity period
The Bids shall remain valid for 180 days from the date of submission for acceptance and
the prices quoted shall remain for duration of the agreement. The Client may request for
further extension as deemed fit and the Bidder will send intimation of acceptance or
otherwise, of request for extension is deemed approved with three days of issue of such
request.
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
35 BIDDER TENDER INVITING AUTHORITY
6.9 Minimum number of Bids
In case only a single bid is received against this RFP, APMSIDC reserves the right to
accept or cancel the tender process and float a fresh tender.
6.10 Number of proposals
A Bidder is eligible to submit only one proposal.
6.11 Cost of proposal
The Bidders shall be responsible for all costs associated with preparation of their
Proposals and their participation in the selection process. The TIA will neither be
responsible, nor in any way liable for such costs, regardless of the conduct or outcome of
the Selection Process.
6.12 Acknowledgement by Bidder
It shall be deemed that by submitting the Proposal, the Bidder has:
i. Made a complete and careful examination of the RFP;
ii. Acknowledged that it does not have a Conflict of Interest; and
iii. Agreed to be bound by the undertaking provided by it under and in terms hereof.
6.13 Conflict of interest
i. A Bidder shall not have a conflict of interest. Any Bidder found to have a conflict of
interest shall be disqualified.
ii. A Bidder may be considered to have a conflict of interest for the purpose of this bidding
process, if the Bidder:
a) directly or indirectly controls, is controlled by or is under common control with
another Bidder; or
b) receives or has received any direct or indirect subsidy from another Bidder; or
c) has the same legal representative as another Bidder; or
d) has a relationship with another Bidder, directly or through common third parties,
that puts it in a position to influence the bid of another Bidder, or influence the
decisions of the TIA regarding this bidding process; or
e) any of its affiliates participated as a consultant in the preparation of the design or
technical specifications of the works that are the subject of the bid; or
f) any of its affiliates has been hired (or is proposed to be hired) by the Procuring
Agency in implementing Service Provider Agreement.
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
36 BIDDER TENDER INVITING AUTHORITY
g) has a close business or family relationship with a professional staff of the Client
who:
• are directly or indirectly involved in the preparation of the bidding documents
or specifications of the contract, and/or the bid evaluation process of such
contract; or
• would be involved in the implementation or supervision of such contract
unless the conflict stemming from such relationship has been resolved in a
manner acceptable to Client throughout the procurement process and
execution of the contract
h) The bidder(s) who are selected as Service Provider(s) will not be eligible to run
“Emergency Response Centre” as mentioned in Section 4 General References of
this RFP.
6.14 Contents of the RFP
This RFP comprises the Disclaimer set forth hereinabove and will additionally include any
Modification / Addendum / Amendment / Corrigendum issued in accordance with Clause
6.16.
6.15 Clarifications
TIA shall have the right to seek any clarifications from the Bidders during the process of
evaluation of proposals.
TIA and the Client reserves the right to not to respond to any questions or provide any
clarifications, in its sole discretion, and nothing in this Clause shall be taken or read as
compelling or requiring the Client to respond to any question or to provide any clarification.
6.16 Amendments/Modifications
i. At any time prior to the deadline for submission of Proposal, the TIA may, for any
reason, at its own initiative may extend the Proposal Submission Date.
ii. All such amendments/modified RFP will be posted only on the website and shall not be
published in any newspaper and will be binding on all Bidders.
6.17 Preparation and submission of proposal
6.17.1 Language of Bid
The Proposal with all accompanying documents (the “Documents”) and all
communications in relation to or concerning the selection process shall be in English
language, and strictly submitted based on forms provided in this RFP. No supporting
document or printed literature shall be submitted with the Proposal unless specifically
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
37 BIDDER TENDER INVITING AUTHORITY
asked for and in case any of these documents is in another language, it must be
accompanied by an accurate translation of the relevant passages in English, in which
case, for all purposes of interpretation of the Proposal, the translation in English shall
prevail.
6.17.2 Format and signing of proposal
The Bidder shall provide all information sought under this RFP. The TIA would evaluate
only those proposals that are received in the specified forms and complete in all respects.
The proposal shall be typed and signed by the authorized signatory of the Bidder / Lead
Bidder, who shall initial each page. All the alterations, omissions, additions, or any other
amendments made to the Proposal shall be initialed by the person(s) signing the Proposal.
The Proposals must be properly signed by a duly authorized person holding the Power of
Attorney (the “Authorized Representative”). The Power of Attorney should be registered
as per the applicable laws.
6.17.3 Technical proposal
i. Bidders shall upload the technical proposal in the proposed formats, if any (the
“Technical Proposal”).
ii. Failure to comply with the requirements shall make the Proposal liable to be rejected.
iii. The Technical Proposal shall not include any financial information relating to the
Financial Proposal.
iv. The Client reserves right to verify all statements, information and documents, submitted
by the Bidder in response to the RFP. Failure of Client to undertake such verification
shall not relieve the Bidder of its obligations or liabilities hereunder nor will it affect any
rights of the Client there under.
6.17.4 Financial proposal
Bidders shall upload financial proposal in the format at Annexure 6 (the “Financial
Proposal”) clearly indicating the total cost of the service in both figures and words, in Indian
Rupees, and signed by the Bidder’s authorized signatory. In the event of any difference
between figures and words, the amount indicated in words shall be taken into account.
While submitting Financial Proposal, the Bidder shall ensure the following:
i. All costs associated with the assignment shall be included in the Financial Proposal.
The total amount indicated in the Financial Proposal shall be without any condition and
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
38 BIDDER TENDER INVITING AUTHORITY
shall be final and binding. In case any assumption or condition is indicated in the
Financial Proposal, it shall be considered non-responsive and liable to be rejected.
ii. The Financial Proposal shall take into account all expenses and tax liabilities excluding
GST. For avoidance of doubt, it is clarified that all other taxes other than GST shall be
deemed to be included in the costs shown under different items of the Financial
Proposal. Further, all payments shall be subject to deduction of taxes at source as per
applicable laws.
iii. Costs shall be expressed in INR.
6.17.5 Submission of proposal
The proposal submission shall as per the e-procurement process
6.17.6 Proposal submission date
The Proposal submission date is listed in the Bid Data Sheet. The TIA may, in its sole
discretion, extend the Proposal Submission Date by issuing a Corrigendum in accordance
with Clause 6.16.
6.17.7 Late proposals
Proposals received by TIA after the specified time on Proposal Submission Date shall not
be eligible for consideration and shall be summarily rejected.
6.17.8 Bid fees and Earnest Money Deposit
i. The Bid shall be accompanied by non-refundable Tender Cost and Earnest Money
Deposit (EMD) as mentioned in Bid Data Sheet in favour of Managing Director, Andhra
Pradesh Medical Services & Infrastructure Development Corporation (APMSIDC,
Government of AP payable at Vijayawada
ii. No Bidding entity is exempted from deposit of EMD. Bids submitted without EMD shall
be not considered.
iii. EMD of unsuccessful Bidder will be returned to them without any interest, after
conclusion of resultant agreement. EMD of successful Service Provider will be returned
without any interest, after receipt of performance security as per terms of agreement.
iv. EMD of Bidder may be forfeited without prejudice to other rights of the TIA, if the Bidder
withdraws or amends its Bid or impairs or derogates from the Bid in any respect within
the period of validity of its Bid, or if it comes to notice that information / documents
furnished in its Bid is incorrect, false, misleading or forged. In addition to aforesaid
grounds, successful Bidder’s EMD will also be forfeited without prejudice to other rights
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
39 BIDDER TENDER INVITING AUTHORITY
of the bidder, if he fails to furnish the required performance security within specified
period.
6.17.9 Fraud and Corrupt Practices
Bidders and their respective officers, employees, agents and advisers shall observe
highest standard of ethics during the selection process. Notwithstanding anything to the
contrary contained in this RFP, shall reject a Proposal without being liable in any manner
whatsoever to the Applicant, if it determines that the Applicant has, directly or indirectly or
through an agent, engaged in corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice (collectively the “Prohibited Practices”) in the
Selection Process.
Without prejudice to the rights of TIA hereinabove and the rights and remedies which TIA
may have under the Letter of Award (LOA), if an Applicant, as the case may be, is found
by TIA to have directly or indirectly or through an agent, engaged or indulged in any corrupt
practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice
during the Selection Process, or after the issue of the LOA, such Applicant or Consu ltant
shall not be eligible to participate in any tender or RFP issued by TIA during a period of 3
(three) years from the date such Applicant, as the case may be, is found by TIA to have
directly or through an agent, engaged or indulged in any corrupt practice, fraudulent
practice, coercive practice, undesirable practice or restrictive practice, as the case may
be.
For the purposes of this Clause, the following terms shall have the meaning hereinafter
respectively assigned to them:
i. “corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly,
of anything of value to influence the action of any person connected with the Selection
Process.
ii. “fraudulent practice” means a misrepresentation or omission of facts or disclosure of
incomplete facts, in order to influence the Selection Process;
iii. “coercive practice” means impairing or harming or threatening to impair or harm, directly
or indirectly, any persons or property to influence any person’s participation or action in
the Selection Process;
iv. “undesirable practice” means
• establishing contact with any person connected with or employed or engaged by
TIA with the objective of canvassing, lobbying or in any manner influencing or
attempting to influence the Selection Process; or
• having a Conflict of Interest; and
v. “restrictive practice” means forming a cartel or arriving at any understanding or
arrangement among applicants with the objective of restricting or manipulating a full
and fair competition in the Selection Process.
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
40 BIDDER TENDER INVITING AUTHORITY
6.18 Confidentiality
Information relating to examination, clarification, evaluation, and recommendation for
selection of Bidders shall not be disclosed to any person who is not officially concerned
with the process or is not a retained professional adviser advising the TIA in relation to or
matters arising out of/or concerning the Selection Process. The TIA will treat all
information, submitted as part of the Proposal, in confidence and will require all those who
have access to such material to treat the same in confidence. The TIA may not divulge
any such information unless it is directed to do so by any statutory entity that has the
power under law to require its disclosure or is to enforce or assert any right or privilege of
the statutory entity and/or the TIA
6.19 Clarifications
To facilitate evaluation of Proposals, the TIA may, at its sole discretion, seek clarifications
from any Bidder regarding its Proposal. Such clarification(s) shall be provided within the
time specified by the TIA for this purpose. Any request for clarification(s) and all
clarification(s) in response thereto shall be in writing.
If a Bidder does not provide clarifications sought under Sub-Clause mentioned above
within the specified time, its Proposal shall be liable to be rejected. In case, the Proposal
is not rejected, the TIA may proceed to evaluate the Proposal by construing the particulars
requiring clarification to the best of its understanding, and the Bidder shall be barred from
subsequently questioning such interpretation of the TIA.
6.20 Clients Right to accept/reject any proposal or all proposals
The TIA reserves the right to accept or reject any Bid and to annul the bidding process
and reject all Bids at any time prior to award of Contract, without thereby incurring any
liability to the affected bidder or bidders or any obligation to inform the affected bidders or
bidders of the grounds for the TIA’s action.
6.21 Award of Contract
6.21.1 Notification of Award
Prior to expiry of the period of Bid validity prescribed by Client, the Client will notify the
successful bidder(s) in writing, that their Bid has been accepted. This letter (hereinafter
and in the Conditions of Contract called “Notification of Award”/‟Letter of Award‟) shall
name the sum which the Client will pay to Service Provider in consideration of the
execution, completion and maintenance of the Work by the Service Provider as prescribed
by the Contract (hereinafter and in the Conditions of Contract called the “Contract Price”).
Within 5 days of receipt of the “Notification of Award”/‟Letter of Award” the successful
bidder shall sign and return a copy of the same to the Procurer as acknowledgement of
receipt of the same.
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
41 BIDDER TENDER INVITING AUTHORITY
6.21.2 Performance Security
a) Upon receipt of Letter of Award (LOA) from the Client the successful Bidder shall
furnish the Performance Security of an amount equal to 5% of the first (1st) Year
Service Charge (Total cost of the project for 1st year as per the financial quotes)
which shall be valid for a period for 18 months from the date of submission, by way
of Bank Guarantee for the due performance of the Contract in the format of
Performance Security Form. The Performance Security shall be renewed every
year so as to remain valid till expiry of contract period. If Selected Bidder fails to
submit performance security within stipulated time, the EMD shall be forfeited.
b) Performance security shall be renewed every year so as to remain valid till expiry
of contract period.
c) The Selected Bidder shall have to provide the extended Bank Guarantee, before
expiry, if required.
6.21.3 Bank Guarantee towards Quarterly Advance Payment
Upon receipt of Letter of Award (LOA) from the Client the successful Bidder shall furnish
the Bank guarantee of an amount equivalent to 3 months of payment in order to receive
quarterly advance payment from the client. The Bank guarantee shall be valid for 1 year,
which is further extendable. The quarterly advance payment shall be given by the client
only in case of active bank guarantee. If Selected Bidder fails to submit bank guarantee
towards quarterly advance payment within stipulated time, the EMD shall be forfeited.
6.21.4 Signing of contract
After acknowledgement of Letter of Award (LOA) by the Selected Bidder and submission
of performance security, it shall execute the Agreement within a fortnight from date of
issuance of LOA. The Selected Bidder shall not be entitled to seek any deviation in the
Agreement. If the Selected Bidder fails to sign the Agreement with in the stipulated time,
their performance security shall be forfeited and appropriated by the Client. In such an
event, the Client may invite next ranked Bidder for negotiations and may issue LOA to
him.
6.22 Disqualification of the bidder
i. Any misrepresentation/improper response may lead to disqualification of the Bidder.
ii. In case it is found during evaluation or at any time before signing of the Agreement or
after its execution and during the period of subsistence thereof, that one or more of the
eligibility conditions have not been met by the Bidder, or the Bidder has made material
misrepresentation, or has given any materially incorrect or false information, the Bidder
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
42 BIDDER TENDER INVITING AUTHORITY
shall be disqualified forthwith if not yet appointed as the Service Provider either by issue
of the LOA or entering into of the Agreement
iii. If the Bidder has already been issued the LOA or has entered into the Agreement, as
the case may be, the same shall, notwithstanding anything to the contrary contained
therein or in this RFP, be liable to be terminated, by a communication in writing by the
Client without the Client being liable in any manner whatsoever to the Applicant, as
the case may be. In such an event, the Client shall forfeit and appropriate the
performance Security and also pre-estimated compensation and damages payable to
the Client as mutually agreed for, inter alia, time, cost and effort of the Client without
any other right or remedy that may be available to the Client
6.23 General Conditions of Contract
6.23.1 Definitions
i. “Contract” means the Contract Agreement entered into between the Client and the
Service Provider, together with the Contract Documents referred to therein, including
all attachments, appendices, and documents incorporated by reference therein.
ii. “Contract Documents” means the documents listed in the Contract Agreement,
including any amendments thereto.
iii. “Contract Price” means the price payable to the Service Provider as specified in the
Contract Agreement, subject to such additions and adjustments thereto or deductions
therefrom, as may be made pursuant to the Contract.
iv. “Day” means calendar day.
v. “Completion” means the fulfillment of the Related Services by the Service Provider in
accordance with the terms and conditions set forth in the Contract.
vi. “Client” means the entity purchasing the Goods and Related Services
vii. “Service Provider” means the person, private or government entity, or a combination of
the above, whose bid to perform the Contract has been accepted by the Client and is
named as such in the Contract Agreement.
6.23.2 Relationship between the parties
Nothing in the Contract shall be deemed to constitute a partnership between the Parties
or to constitute either Party as the agent of the other.
6.23.3 Law Governing the Contract
The Contract shall be governed by and interpreted in accordance with the laws of India.
6.23.4 Language
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
43 BIDDER TENDER INVITING AUTHORITY
The language for communication shall be English, unless otherwise modified by the Client.
6.23.5 Notices
Any notice given by one party to the other pursuant to the Contract shall be in writing to
the address specified in the Special Conditions of Contract. The term “in writing” means
communicated in written form with proof of receipt.
A notice shall be effective when delivered or on the notice’s effective date, whichever is
later.
6.23.6 Taxes and Duties
a. All bidders are requested to familiarize themselves with the laws, rules and regulations
prevailing in India and consider the same while developing and submitting their
Proposal.
b. All customs duties, excise duties and other levies payable by the Service Provider on
goods, equipment, components and any other items used for their consumption or
dispatched directly to Client by the Service Provider or their sub-Service Providers shall
be included in the bid price and any such taxes, duties, levies additionally payable will
be to Client’s account and no separate claim except GST on this account will be
entertained by the Client.
c. The Service Provider shall be liable to and pay all non-Indian taxes, duties, levies,
lawfully assessed against the Client or the Service Provider in pursuance of the
Contract, if applicable. Tax liability, if any, on Service Provider’s personal income &
property shall be borne by the Service Provider and shall be the responsibility of the
Service Provider as per Tax Laws of India.
d. Client shall be entitled to deduct applicable tax (if any) at source as per Indian Laws
from all payments due to the Service Provider under the contract.
e. If any rates of taxes/ duties/ levies (hereinafter called ‘Tax’) are increased or decreased,
a new Tax is introduced, an existing Tax is abolished or any change in interpretation or
application of any Tax occurs in course of performance of Contract, which was or will
be assessed on the Service Provider in connection with performance of the Contract,
an equitable adjustment of the Contract Price shall be made to fully take into account
any such change by addition to the Contract Price or deduction there from, as the case
may be.
6.23.7 Effectiveness of Contract
This Contract shall come into force and effect on the date ( the “Effective Date”) of the
Client’s notice to the Service Provider instructing the Service Providers to begin carrying
out the Services.
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
44 BIDDER TENDER INVITING AUTHORITY
6.23.8 Reporting obligations
The Service Provider shall ensure that information, records and documentation necessary
to monitor the agreement are maintained and are available at all times to the Client or its
authorized representative. The Service Provider hereby agrees that his and all his/her staff
shall, at all times, co-operate with the reasonable processes of the Client for monitoring,
evaluation and carrying out quality audit by any third party authorized by Client.
The Service Provider further agrees to maintain confidentiality of data and records and
commits that such data and records will not be shared with any third party for any purpose.
6.23.9 Expiration of Contract
Unless terminated earlier pursuant to Clause 6.23.13 and Clause 6.23.14 here of, this
Contract shall terminate at the end of such time period after the Effective Date, as shall
be specified in the Agreement.
6.23.10 Entire Agreement
This Contract contains all covenants, stipulations and provisions agreed by the Parties.
No agent or representative of either Party has authority to make, and the Parties shall not
be bound by or be liable for, any statement, representation, promise or agreement not set
forth herein.
6.23.11 Modifications
Modification in terms and conditions of this Contract, including any modification in the
scope of Services, may only be made by written agreement between the Parties and shall
not be effective until consent of the Client, as the case may be, has been obtained. Each
Party shall give due consideration to any proposals for modification made by the other
Party.
6.23.12 Force Majeure
Force Majeure means any circumstance beyond the control of the parties, including but
not limited to:
i. war and other hospitalities, (whether war be declared or not), invasion, act of foreign
enemies, mobilization, requisition or embargo;
ii. ionizing radiation or contamination by radioactivity from any nuclear fuel or from any
nuclear waste from the combustion of nuclear fuel, radioactive toxic explosives, or other
hazardous properties of any explosive nuclear assembly or nuclear components
thereof.
iii. rebellion, revolution, insurrection, military or usurped power and civil war;
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
45 BIDDER TENDER INVITING AUTHORITY
iv. riot, commotion or disorder, except where solely restricted to employees of the bidder.
6.23.13 Service Provider’s default
The following shall constitute Service Provider’s default:
i. Service Provider fails to comply with any of the terms of the order; or
ii. fails to comply, within a reasonable time, with notice; or
iii. assigns the Contract or sub-contracts whole of the Services without the Client’s written
consent; or
iv. becomes bankrupt or insolvent and has a receiving order made against him or
compounds with his creditors, or carries on business under a receiver, trustee or
manager for the benefit of his creditors or goes into liquidation.
6.23.14 Termination/Suspension of Service Provider
If the Service Provider is not performing the duties in accordance with the Contract or is
neglecting to perform his obligations there under to seriously affect the programme for
carrying out the services, the Client may give notice to the Service Provider requiring him
to make good such failure or neglect, within 15 days of receiving the notice. In case the
default continues beyond two notices, Client shall have the right to terminate/suspend the
Service Provider by issuing a third notice/ suspension order.
Any such suspension/ termination shall be without prejudice to any other rights of powers
of the Client, or the bidder under the Contract.
The Service Provider shall continue its performance of the contract during arbitration
proceedings unless the Client shall order suspension. If any such suspension is ordered,
reasonable costs incurred by the Client and occasioned thereby shall be added to the
Contract Price. No payments due or payable by the Client shall be withheld on account of
pending reference to arbitration.
The service provider once entered into contract agreement, cannot withdraw, nor ask for
novation, alteration or tinker with any of the contract terms and conditions. However, the
withdrawal from the contract can be on the mutual consent with six months advance
intimation to the Client so that client can make alternate arrangements. The default in this
condition shall make Service Provider liable for forfeiture of any amounts due and also the
performance security, with all other legal and contractual consequences under the
contract.
6.23.15 Arbitration
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
46 BIDDER TENDER INVITING AUTHORITY
In the case of dispute or difference arising between the Purchaser and Service Provider
relating to any matter arising out of or connected with this agreement, such dispute or
difference shall be referred to the award of two Arbitrators, one Arbitrator to be nominated
by the Purchaser and the other to be nominated by the Service Provider or in the case of
the said Arbitrators not agreeing, then at the award of an Umpire to be appointed by the
Arbitrators in writing before proceeding with the reference, and in case the Arbitrators
cannot agree to the Umpire, he may be nominated by the Arbitration committee of the
Indian Council of Arbitration, India. The award of the Arbitrators, and in the event of their
not agreeing, of the Umpire appointed by them or by the Arbitration Council of India, India,
shall be final and binding on the parties.
The Arbitration dispute if any shall be the domestic arbitration governed by the provisions
of Arbitration and Conciliation Act 1996 as amended by Acts 2015 & 2019, the rules there
under and any statutory modification or re-enactments thereof, shall apply to the
arbitration proceedings.
6.23.16 Venue of Arbitration
The venue of arbitration shall be at the courts of Vijayawada.
6.23.17 Confidentiality
The Service Provider either during the term or within two (2) years after the expiration of
this Contract, should not disclose any proprietary or confidential information relating to the
Services, this Contract or the Client’s business or operations without the prior written
consent of the Client.
6.23.18 Use of contract documents and Information
The Service Provider shall not without the Client’s prior written consent, disclose the
contract or any provision thereof or any specification, plan, drawing, pattern, sample or
information furnished by or on behalf of the Client in connection therewith to any person
other than a person employed by the Service Provider in performance of the contract.
Disclosure to any such employed person shall be made in confidence and shall extend
only so far as may be necessary for purposes of such performance.
The Service Provider shall not, without the Client’s prior written consent make use of any
document or information enumerated in the above para except for purposes of performing
the contract.
Any document other than the contract itself enumerated in the first para of this clause shall
remain the property of the Client and shall be returned (in all copies) to the Client on
completion of the Service Provider’s performance under the contract if so required by the
Client.
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
47 BIDDER TENDER INVITING AUTHORITY
6.24 Special Conditions of Contract
6.24.1 Performance Security
a. Upon receipt of Letter of Award (LOA) from the Client the successful Bidder shall
furnish the Performance Security of an amount equal to 5% of the first (1st) Year
Service Charge (Total cost of the project for 1st year as per the financial quotes) which
shall be valid for a period for 18 months from the date of submission, by way of Bank
Guarantee for the due performance of the Contract in the format of Performance
Security Form. The Performance Security shall be renewed every year so as to remain
valid till expiry of contract period. If Selected Bidder fails to submit performance
security within stipulated time, the EMD shall be forfeited.
b. Performance security shall be renewed every year so as to remain valid till expiry of
contract period.
c. The Selected Bidder shall have to provide the extended Bank Guarantee, before
expiry, if required.
d. In case of encashment of bank guarantee, the client shall make a request to bank on
official letter head including sign & seal along with signatures of the Service Provider.
6.24.2 Access to Service Provider’s Premises
The Client and/or his authorized representative shall be provided access to Service
Providers’ and/or his sub-contractors premises, at any time during the pendency.
6.24.3 Inspection – Checking - Testing
The Client can inspect the ambulance at any date without any intimation to the service
provider.
The Client or its representative may inspect and/or test any or all the medical equipment
medicines to confirm their conformity to the standards of maintenance prescribed by the
OEM/ Client.
If the ambulance, equipment or medicines are not as per the requirements of this RFP,
the Service Provider shall rectify the deficiency to the satisfaction of the Client’s
representative.
6.24.4 Penalties
The penalties shall be as per the following:
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
48 BIDDER TENDER INVITING AUTHORITY
S. No.
Performance parameter Description and incidence of default
Penalty
1 Availability of staff per ambulance
If the ambulance staff such as Pilot/ EMT are not available, then it is considered as default
Service charges per day per ambulance shall be deducted for non-availability of required staff
2
Average Response Time per ambulance (Call to Site): Urban-15 min, Rural-20 min and Tribal- 30 mins.
For each minute of delay in average response time: (To be calculated as
monthly average over
the entire fleet of
ambulance)
Monthly average
Response time for
urban, rural and tribal to
be calculated separately
0.1% of the total monthly billing per ambulance for each minute of such delay.
3
Any shortfall/ default found on inspection by authorized representatives of the Client
1. Poor General
cleanliness/
Ambulance body
Hygienic storage of
Medical/ non- medical
consumables
2. Non-availability of
Medical/ non- medical
consumables as per
the enclosed list at
Form-III. 3. Non-functioning of
equipment including medical equipment;
4. Improper maintenance/non- updating log book, stock register, PCR record, ambulance maintenance record as prescribed by the client;
5. Non-functioning of Air- conditioning of Ambulance
Penalty of INR 2000/- per ambulance 1st time for every shortfall/ default and subsequently INR 5000/- per Ambulance (Individually for every shortfall/ default) No penalty shall be levied on the Service Provider for any default in Service Level Agreement (SLA) on account of govt. or ambulances supplier's lack of support. The shortfall/Inspection report shall be sent to service provider online through an App
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
49 BIDDER TENDER INVITING AUTHORITY
S. No.
Performance parameter Description and incidence of default
Penalty
4
Number of emergencies transported per month per ambulance shall not be less than 90 in first year. After first year, these emergencies shall not be less than 120 per month.
Number of emergencies
transported per month
per ambulance shall not
be less than 90 in first
year. After first year,
these emergencies shall
not be less than 120 per
month.
(To be calculated as
monthly average per
ambulance)
@ INR 2,000 per ambulance per 0.1 trip reduction per ambulance
5
Every medical emergency requested shall be transported from the scene to the hospital or lower health facility to higher health facility. There shall not be a single emergency unattended
For every medical emergency not transported from the scene to the hospital, there shall be a penalty of INR 10,000/-
6
In case of vehicle is taken off road due to maintenance/repair work of the vehicle as per the standard practice suggested by OEM or pointed out by Client, the Service Provider shall undertake maintenance/repair the vehicle within 72 hours
If the Service Provider does not provide the repaired vehicle within 72 hours, then the Service Provider is liable for a penalty of INR 5,000 per day per vehicle. In case of Major repair / Accident, a relaxation is allowed up to 10 days. After that Rs 5000 per day per vehicle penalty can be levied
7
Maintenance/repair work of the equipment installed/fixed in the vehicle shall be undertaken as per the standard practice suggested by OEM or pointed out by Client, within 48 hours.
If the Service Provider does not provide the repaired equipment within 48 hours then the Service Provider is liable for a period of INR 500 per day each equipment. In case of major repair of the equipment, a relaxation is allowed up to 5 days, after that Rs 500 per day per equipment will be levied.
8 Preventive maintenance as required for vehicles and
Rs 1000 for each day of delay.
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
50 BIDDER TENDER INVITING AUTHORITY
S. No.
Performance parameter Description and incidence of default
Penalty
equipment shall be completed in a day.
Note:
1. Service Provider would be granted a stabilization concession period of maximum one
month from date of commencement of the contract to recoup with any problems in leading
to smooth functioning of the contractual obligations by the service provider concerned for
respective contractual scope. No penalties shall be levied during this period by the Client
on the Service Provider.
2. For penalty clauses mentioned above, it is to be noted that, any default on account of
Government/Client or Ambulance Supplier’s lack of support, penalty shall not be levied on
Service Provider.
3. In the event of an accident, it is the responsibility of the Service Provider to inform the
Supplier/Emergency Response Centre about the accident, the Supplier shall, upon
receiving the information, notify the client/Emergency Response Centre and Service
Provider within six hours regarding seriousness of the accident. The Client shall then
consider not levying penalties on case to case basis.
6.24.5 Compliance of minimum wages act and other statutory requirements
i. The Service Provider shall comply with all provisions of Minimum Wages Act/ Rates of
Government in case of outsourcing employees and other applicable labour laws issued
by Government from time to time. The Client is not responsible to that effect. The
Service provider shall also comply with all the other statutory provision including but not
limited to provisions regarding medical education and eligibility criteria of human
resources used by the Service provider for providing the services, biomedical waste
management, bio safety, occupational and environmental safety.
ii. The Service Provider shall maintain confidentiality of medical records.
iii. The Service Provider shall be registered under the labour laws and respective EPF,
ESI etc.
6.24.6 Insurance
The Service Provider, at his cost, shall arrange, secure and maintain all insurance as may
be pertinent and obligatory in terms of law. The insurance cover to be taken by the Service
Provider for ambulance including fabrication & equipment shall be in the name of Client.
Service Provider shall however be authorized to deal directly with the insurance company.
Service Provider shall take comprehensive insurance for all his staff engaged under this
contract
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
51 BIDDER TENDER INVITING AUTHORITY
The insurance required to be taken by Service Provider shall cover all risks including war,
strike, riots and civil commotion etc. Notwithstanding the extent of insurance cover the
amount of claim available from the underwriters and the time at which claim is available
from the under underwriters, the Service Provider shall be liable to make good the full
availability as per Client’s requirements.
6.24.7 Damages for Mishap/Injury
The Client shall not be responsible for damages of any kind or for any
mishap/injury/accident caused to any personnel/property of the Service provider while
performing duty on behalf of Client. All liabilities, legal or monetary, arising in that
eventuality shall be borne by service provider.
The service provider is the sole custodian of the Government properties handed over to
him (Ambulances, Equipment etc.). Service provider shall attend the damages to the
Government property handed over to him with his own funds.
6.24.8 Indemnity
By this agreement, the Service provider indemnifies the Client and/or Government against
damages of any kind or for any mishap/injury/accident caused to any personnel/property
of the Service provider while performing duty.
The Service provider agrees that all liabilities, legal or monetary, arising in any eventuality
shall be borne by the Service provider.
6.24.9 Performance
A quarterly review meeting will be held and attended by appropriate levels of officials of
Service providers to consider the performance, anticipated outcome of the agreement and
future service developments and changes. Further meetings may be arranged at any time
to consider significant variation in the terms of conduct of the agreement and where
corrective action on either part is indicated.
The Service Provider agrees to consider introduction of any further service in line with any
new initiative of the Government or in response to local demand which could not be
anticipated earlier and that such services should be provided without any extra cost.
6.24.10 Health and Safety
The Service Provider agrees to adequately train, instruct and supervise staff to ensure, as
is reasonably practicable, health and safety of all persons who may be affected by services
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
52 BIDDER TENDER INVITING AUTHORITY
provided under the agreement. Helpline numbers, where patients can lodge their
complaints, have to be displayed on the ambulances.
6.24.11 Data Protection, Confidentiality and Record Keeping
All Service Users have a right to privacy and therefore all information and knowledge
relating to them and their circumstances must be treated as confidential. The Service
Provider must advise all staff on the importance of maintaining confidentiality and
implement procedures which ensure that Service User’s affairs are only discussed with
relevant people and agencies.
The Service Provider shall comply with all legislations, which otherwise would have been
applicable had the services been run directly by the Government agencies.
6.24.12 Staffing
The Service Provider will ensure that, it always has sufficient and well-trained staff to
ensure that services comply with all the statutory requirements and also to meet the patient
needs.
The staff for operating and maintaining the ambulance need to be provided by the Service
Provider.
6.24.13 Sub-Letting/Sub-Contractor
The service provider shall not sub-let or sub-contract any work but for to take for any
portion of the project work any assistance of any expert under him, else to form a
consortium of registered partnership before bidding.
6.24.14 Terms of payment
i. The Service Provider shall raise invoice showing the contract price and GST amount
separately.
ii. The Client shall make advance payment for each quarter including GST, as per the
amount quoted by the Service Provider in their financial proposal.
iii. The first quarterly payment shall be paid after signing of contract and Service Provider
shall submit invoice along with necessary documents in first week of every subsequent
quarter. The invoice submitted by Service Provider shall be for delivery of services
provided in previous quarter for which advance payment has already been made by the
Client.
iv. The Client shall process the invoice and any clarifications to the bills submitted will be
sought within 7 working days of receipt of bills and total amount to be paid to Service
Provider for previous quarter shall be finalized within 15 working days after receipt of
clarifications so sought from Service Provider.
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
53 BIDDER TENDER INVITING AUTHORITY
v. If there are any deductions that are to be made against the submitted invoice of
previous quarter, the amount shall be adjusted in next advance quarterly payment to
be paid to Service Provider.
vi. The Client or any other agency, as per existing rules of the Government, will have the
right to examine the invoices as required under relevant rules. If such examination
reveals any extra payment already provisionally made, the extra amount will be
adjusted from the payment due to the Service Provider after due intimation.
6.24.15 Client Audit
The Service Provider, hereby, agrees to maintain all required books of accounts and to
provide them to such audit as may be required to be carried out.
The Service Provider shall ensure best quality of services and protocols and shall submit
a half yearly report of clinical audit (done by a third party or as nominated by the Client).
6.24.16 End of service period (Contract Expiry Date)
The contract expiry date is seven (7) years from the date of signing of the contract.
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
54 BIDDER TENDER INVITING AUTHORITY
Annexures
Form I Part A: List of number of ambulances (Existing and New) in each district
Form I Part B: Details of existing ambulances
Form II: List of Equipment provided by Client with warranty and CMC timelines
Form III: Drugs and Consumables for 108 Ambulances
Annexure 1: Letter of proposal
Annexure 2: Particulars of Bidder
Annexure 2A: Declaration that the bidder is not blacklisted and not declared NPA
Annexure 3: Previous Project Experience Format
Annexure 4: Format of Bank Guarantee (Unconditional) for Bid Security
Annexure 5: Format of Bank Guarantee (Unconditional) for Performance Security/ Advance
Payment
Annexure 6: Financial bid format
Annexure 6A: Format- Price bid
Annexure 7: Format for Joint Bidding Agreement /Consortium Agreement
Annexure 8 A: Format for Power of Attorney of Lead Member of Consortium
Annexure 8 B: Format for Power of Attorney for Sole Bidder
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
55 BIDDER TENDER INVITING AUTHORITY
Form I Part A: List of number of ambulances (Existing and New) in each district
S. No. Name of the District
Existing Ambulances New Ambulances
BLS ALS Total
Existing ALS 4-wheel Neonatal BLS
Total New
1 Srikakulam 13 5 18 6 2 2 14 24
2 Vizianagaram 13 4 17 5 2 2 12 21
3 Visakhapatnam 19 9 28 7 11 2 10 30
4 East Godavari 22 7 29 9 2 2 28 42
5 West Godavari 17 6 23 7 2 2 18 29
6 Krishna 21 8 29 8 0 2 24 34
7 Guntur 20 6 26 9 0 2 30 42
8 Prakasam 21 4 25 9 1 2 25 37
9 Nellore 21 5 26 6 0 2 17 25
10 Chittoor 30 7 37 9 0 2 29 41
11 Kadapa 15 5 20 9 0 2 25 36
12 Ananatapur 26 5 31 9 0 2 27 38
13 Kurnool 23 4 27 8 0 2 23 33
Total 261 75 336 101 20 26 282 432
Note: One ambulance at Raj Bhavan Total ambulances existing - 336 One ambulance at High Court New ambulances sanctioned - 432 One ambulance at Secretariat Total ambulances - 768
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
56 BIDDER TENDER INVITING AUTHORITY
Form I Part B: Details of existing ambulances
S. No. District Ambulance No Ambulance
Type Manufacture year Ambulance model
ODO as on
30.08.2019
1 Anantapur AP16TH7673 BLS 2016 TATA WINGER 194871
2 Anantapur AP16TH7675 BLS 2016 TATA WINGER 123684
3 Anantapur AP16TH7745 BLS 2016 TATA WINGER 229656
4 Anantapur AP16TH7763 BLS 2016 TATA WINGER 241682
5 Anantapur AP16TH7771 BLS 2016 TATA WINGER 182702
6 Anantapur AP16TH7800 BLS 2016 TATA WINGER 180945
7 Anantapur AP16TH7806 BLS 2016 TATA WINGER 289614
8 Anantapur AP16TH7824 BLS 2016 TATA WINGER 173788
9 Anantapur AP16TH7825 BLS 2016 TATA WINGER 151548
10 Anantapur AP16TH7847 BLS 2016 TATA WINGER 200066
11 Anantapur AP16TH7867 BLS 2016 TATA WINGER 188940
12 Anantapur AP16TH7868 BLS 2016 TATA WINGER 218061
13 Anantapur AP16TH7871 BLS 2016 TATA WINGER 176716
14 Anantapur AP16TH8117 BLS 2016 TATA WINGER 213024
15 Anantapur AP16TH8122 BLS 2016 TATA WINGER 236196
16 Anantapur AP16TH8123 BLS 2016 TATA WINGER 156459
17 Anantapur AP16TH8131 BLS 2016 TATA WINGER 187988
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
57 BIDDER TENDER INVITING AUTHORITY
S. No. District Ambulance No Ambulance
Type Manufacture year Ambulance model
ODO as on
30.08.2019
18 Anantapur AP16TH8417 BLS 2016 TATA WINGER 167377
19 Anantapur AP16TH8425 BLS 2016 TATA WINGER 147942
20 Anantapur AP16TH8431 BLS 2016 TATA WINGER 202880
21 Anantapur AP16TH8435 BLS 2016 TATA WINGER 149406
22 Anantapur AP16TH9833 ALS 2017 FORCET 100569
23 Anantapur AP16TH9834 ALS 2017 FORCET 199626
24 Anantapur AP16TH9928 ALS 2017 FORCET 165111
25 Anantapur AP16TH9940 ALS 2017 FORCET 222917
26 Anantapur AP16TJ0017 ALS 2017 FORCET 153406
27 Anantapur AP16TJ1643 ALS 2017 FORCET 150879
28 Anantapur AP16TJ6842 BLS 2018 TATA WINGER 50095
29 Anantapur AP16TH7805 BLS 2016 TATA WINGER 260129
30 Anantapur AP16TJ6892 BLS 2018 TATA WINGER 61739
31 Anantapur AP16TJ6902 BLS 2018 TATA WINGER 53339
32 Chittoor AP16TJ0457 ALS 2017 FORCET 59880
33 Chittoor AP16TH9651 ALS 2017 FORCET 142662
34 Chittoor AP16TJ0451 ALS 2017 FORCET 139357
35 Chittoor AP16TJ0655 ALS 2017 FORCET 214294
36 Chittoor AP16TH7661 BLS 2016 TATA WINGER 192547
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
58 BIDDER TENDER INVITING AUTHORITY
S. No. District Ambulance No Ambulance
Type Manufacture year Ambulance model
ODO as on
30.08.2019
37 Chittoor AP16TH7662 BLS 2016 TATA WINGER 157147
38 Chittoor AP16TH7809 BLS 2016 TATA WINGER 188715
39 Chittoor AP16TH8036 BLS 2016 TATA WINGER 246686
40 Chittoor AP16TH8039 BLS 2016 TATA WINGER 224788
41 Chittoor AP16TH8652 BLS 2016 TATA WINGER 110565
42 Chittoor AP16TJ0471 ALS 2017 FORCET 127217
43 Chittoor AP16TJ0662 ALS 2016 FORCET 165372
44 Chittoor AP16TH7654 BLS 2016 TATA WINGER 155754
45 Chittoor AP16TH7676 BLS 2016 TATA WINGER 180963
46 Chittoor AP16TH7748 BLS 2016 TATA WINGER 131241
47 Chittoor AP16TH7750 BLS 2016 TATA WINGER 142455
48 Chittoor AP16TH7811 BLS 2016 TATA WINGER 173827
49 Chittoor AP16TH7812 BLS 2016 TATA WINGER 172124
50 Chittoor AP16TH8042 BLS 2016 TATA WINGER 118448
51 Chittoor AP16TH8347 BLS 2016 TATA WINGER 158037
52 Chittoor AP16TH8422 BLS 2016 TATA WINGER 161433
53 Chittoor AP16TH8426 BLS 2016 TATA WINGER 178844
54 Chittoor AP16TH9536 BLS 2016 TATA WINGER 132344
55 Chittoor AP16TH9537 BLS 2016 TATA WINGER 165927
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
59 BIDDER TENDER INVITING AUTHORITY
S. No. District Ambulance No Ambulance
Type Manufacture year Ambulance model
ODO as on
30.08.2019
56 Chittoor AP16TH9647 ALS 2017 FORCET 206919
57 Chittoor AP16TJ0474 ALS 2017 FORCET 129836
58 Chittoor AP16TH7665 BLS 2016 TATA WINGER 64480
59 Chittoor AP16TH7796 BLS 2016 TATA WINGER 173081
60 Chittoor AP16TH8000 BLS 2016 TATA WINGER 231452
61 Chittoor AP16TH8001 BLS 2016 TATA WINGER 110045
62 Chittoor AP16TH8032 BLS 2016 TATA WINGER 131437
63 Chittoor AP16TJ6912 BLS 2018 TATA WINGER 53252
64 Chittoor AP16TJ6905 BLS 2018 TATA WINGER 54549
65 Chittoor AP16TJ6908 BLS 2018 TATA WINGER 70955
66 Chittoor AP16TH7640 BLS 2016 TATA WINGER 156595
67 Chittoor AP16TH7680 BLS 2016 TATA WINGER 155659
68 Chittoor AP16TJ6904 BLS 2018 TATA WINGER 57547
69 East Godavari AP16TH8043 BLS 2016 TATA WINGER 69432
70 East Godavari AP16TH7648 BLS 2016 TATA WINGER 179310
71 East Godavari AP16TH7649 BLS 2016 TATA WINGER 118098
72 East Godavari AP16TH7651 BLS 2016 TATA WINGER 141890
73 East Godavari AP16TH7652 BLS 2016 TATA WINGER 126584
74 East Godavari AP16TH7663 BLS 2016 TATA WINGER 117039
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
60 BIDDER TENDER INVITING AUTHORITY
S. No. District Ambulance No Ambulance
Type Manufacture year Ambulance model
ODO as on
30.08.2019
75 East Godavari AP16TH7766 BLS 2016 TATA WINGER 162632
76 East Godavari AP16TH7828 BLS 2016 TATA WINGER 190044
77 East Godavari AP16TH7830 BLS 2016 TATA WINGER 148361
78 East Godavari AP16TH7832 BLS 2016 TATA WINGER 89324
79 East Godavari AP16TH8041 BLS 2016 TATA WINGER 135463
80 East Godavari AP16TH8124 BLS 2016 TATA WINGER 222088
81 East Godavari AP16TH8358 BLS 2016 TATA WINGER 190874
82 East Godavari AP16TH9882 ALS 2017 FORCET 150234
83 East Godavari AP16TH9891 ALS 2017 FORCET 143336
84 East Godavari AP16TH9930 ALS 2017 FORCET 109151
85 East Godavari AP16TH9932 ALS 2017 FORCET 83216
86 East Godavari AP16TJ0465 ALS 2017 FORCET 132441
87 East Godavari AP16TJ0467 ALS 2017 FORCET 149181
88 East Godavari AP16TJ0475 ALS 2017 FORCET 129642
89 East Godavari AP16TJ1445 ALS 2017 FORCET 141675
90 East Godavari AP16TJ6854 BLS 2018 TATA WINGER 57420
91 East Godavari AP16TJ6870 BLS 2018 TATA WINGER 70254
92 East Godavari AP16TJ6861 BLS 2018 TATA WINGER 49526
93 East Godavari AP16TJ6865 BLS 2018 TATA WINGER 34416
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
61 BIDDER TENDER INVITING AUTHORITY
S. No. District Ambulance No Ambulance
Type Manufacture year Ambulance model
ODO as on
30.08.2019
94 East Godavari AP16TH7852 BLS 2016 TATA WINGER 193700
95 East Godavari AP16TH7855 BLS 2016 TATA WINGER 164354
96 East Godavari AP16TJ6913 BLS 2018 TATA WINGER 65129
97 East Godavari AP16TJ6851 BLS 2018 TATA WINGER 41606
98 Guntur AP16TH7751 BLS 2016 TATA WINGER 91767
99 Guntur AP16TH7760 BLS 2016 TATA WINGER 128094
100 Guntur AP16TH7765 BLS 2016 TATA WINGER 167196
101 Guntur AP16TH7772 BLS 2016 TATA WINGER 154468
102 Guntur AP16TH7775 BLS 2016 TATA WINGER 220840
103 Guntur AP16TH7823 BLS 2016 TATA WINGER 143821
104 Guntur AP16TH7854 BLS 2016 TATA WINGER 178182
105 Guntur AP16TH7856 BLS 2016 TATA WINGER 105661
106 Guntur AP16TH7870 BLS 2016 TATA WINGER 139543
107 Guntur AP16TH7990 BLS 2016 TATA WINGER 162354
108 Guntur AP16TH7993 BLS 2016 TATA WINGER 162814
109 Guntur AP16TH7995 BLS 2016 TATA WINGER 176398
110 Guntur AP16TH7996 BLS 2016 TATA WINGER 175215
111 Guntur AP16TH8004 BLS 2016 TATA WINGER 161145
112 Guntur AP16TH8009 BLS 2016 TATA WINGER 143970
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
62 BIDDER TENDER INVITING AUTHORITY
S. No. District Ambulance No Ambulance
Type Manufacture year Ambulance model
ODO as on
30.08.2019
113 Guntur AP16TH9631 ALS 2017 FORCET 73248
114 Guntur AP16TH9633 ALS 2017 FORCET 79749
115 Guntur AP16TH9640 ALS 2017 FORCET 169644
116 Guntur AP16TH9644 ALS 2017 FORCET 139052
117 Guntur AP16TH9660 ALS 2017 FORCET 161504
118 Guntur AP16TH9827 ALS 2017 FORCET 31012
119 Guntur AP16TJ1448 ALS 2017 FORCET 95412
120 Guntur AP16TJ6883 BLS 2018 TATA WINGER 54495
121 Guntur AP16TJ6832 BLS 2018 TATA WINGER 48930
122 Guntur AP16TJ6880 BLS 2018 TATA WINGER 51151
123 Kadapa AP16TH7645 BLS 2016 TATA WINGER 154865
124 Kadapa AP16TH7743 BLS 2016 TATA WINGER 146971
125 Kadapa AP16TH7753 BLS 2016 TATA WINGER 153860
126 Kadapa AP16TH7795 BLS 2016 TATA WINGER 319263
127 Kadapa AP16TH7802 BLS 2016 TATA WINGER 213127
128 Kadapa AP16TH7808 BLS 2016 TATA WINGER 113370
129 Kadapa AP16TH8033 BLS 2016 TATA WINGER 175761
130 Kadapa AP16TH8125 BLS 2016 TATA WINGER 170432
131 Kadapa AP16TH8126 BLS 2016 TATA WINGER 153174
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
63 BIDDER TENDER INVITING AUTHORITY
S. No. District Ambulance No Ambulance
Type Manufacture year Ambulance model
ODO as on
30.08.2019
132 Kadapa AP16TH8128 BLS 2016 TATA WINGER 190817
133 Kadapa AP16TH8351 BLS 2016 TATA WINGER 220538
134 Kadapa AP16TH8415 BLS 2016 TATA WINGER 162745
135 Kadapa AP16TH9931 ALS 2017 FORCET 246018
136 Kadapa AP16TH9937 ALS 2017 FORCET 183840
137 Kadapa AP16TJ0460 ALS 2017 FORCET 157870
138 Kadapa AP16TJ0461 ALS 2017 FORCET 132688
139 Kadapa AP16TJ0463 ALS 2017 FORCET 152328
140 Kadapa AP16TJ1651 ALS 2017 FORCET 125147
141 Kadapa AP16TJ6910 BLS 2018 TATA WINGER 51666
142 Kadapa AP16TJ6895 BLS 2018 TATA WINGER 49591
143 Krishna AP16TH7642 BLS 2016 TATA WINGER 151642
144 Krishna AP16TH7643 BLS 2016 TATA WINGER 128848
145 Krishna AP16TH7646 BLS 2016 TATA WINGER 119913
146 Krishna AP16TH7653 BLS 2016 TATA WINGER 164047
147 Krishna AP16TH7658 BLS 2016 TATA WINGER 131343
148 Krishna AP16TH7674 BLS 2016 TATA WINGER 109830
149 Krishna AP16TH7764 BLS 2016 TATA WINGER 159007
150 Krishna AP16TH7768 BLS 2016 TATA WINGER 179449
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
64 BIDDER TENDER INVITING AUTHORITY
S. No. District Ambulance No Ambulance
Type Manufacture year Ambulance model
ODO as on
30.08.2019
151 Krishna AP16TH7986 BLS 2016 TATA WINGER 116217
152 Krishna AP16TH8005 BLS 2016 TATA WINGER 147512
153 Krishna AP16TH8006 BLS 2016 TATA WINGER 143130
154 Krishna AP16TH8008 BLS 2016 TATA WINGER 151409
155 Krishna AP16TH9645 ALS 2017 FORCET 151268
156 Krishna AP16TH9744 ALS 2017 FORCET 115884
157 Krishna AP16TJ0462 ALS 2017 FORCET 111440
158 Krishna AP16TJ0473 ALS 2017 FORCET 81474
159 Krishna AP16TJ0654 ALS 2017 FORCET 89910
160 Krishna AP16TJ0661 ALS 2017 FORCET 201150
161 Krishna AP16TJ0663 ALS 2017 FORCET 77249
162 Krishna AP16TJ1650 ALS 2017 FORCET 120143
163 Krishna AP16TH7638 BLS 2016 TATA WINGER 162874
164 Krishna AP16TJ6846 BLS 2018 TATA WINGER 40746
165 Krishna AP16TJ6906 BLS 2018 TATA WINGER 58929
166 Krishna AP16TJ6911 BLS 2018 TATA WINGER 26300
167 Krishna AP16TJ6920 BLS 2018 TATA WINGER 55633
168 Krishna AP16TH7671 BLS 2016 TATA WINGER 115829
169 Krishna AP16TH7994 BLS 2016 TATA WINGER 172346
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
65 BIDDER TENDER INVITING AUTHORITY
S. No. District Ambulance No Ambulance
Type Manufacture year Ambulance model
ODO as on
30.08.2019
170 Krishna AP16TH7757 BLS 2016 TATA WINGER 105889
171 Krishna AP16TJ6891 BLS 2018 TATA WINGER 16884
172 Kurnool AP16TJ1442 ALS 2017 FORCET 28777
173 Kurnool AP16TH7756 BLS 2016 TATA WINGER 122350
174 Kurnool AP16TH7770 BLS 2016 TATA WINGER 159274
175 Kurnool AP16TH7801 BLS 2016 TATA WINGER 115268
176 Kurnool AP16TH7826 BLS 2016 TATA WINGER 220305
177 Kurnool AP16TH7846 BLS 2016 TATA WINGER 162320
178 Kurnool AP16TH7851 BLS 2016 TATA WINGER 146807
179 Kurnool AP16TH7863 BLS 2016 TATA WINGER 189084
180 Kurnool AP16TH7872 BLS 2016 TATA WINGER 150731
181 Kurnool AP16TH8120 BLS 2016 TATA WINGER 149187
182 Kurnool AP16TH8121 BLS 2016 TATA WINGER 165752
183 Kurnool AP16TH8130 BLS 2016 TATA WINGER 135612
184 Kurnool AP16TH8353 BLS 2016 TATA WINGER 139342
185 Kurnool AP16TH8418 BLS 2016 TATA WINGER 129922
186 Kurnool AP16TH9532 BLS 2016 TATA WINGER 167819
187 Kurnool AP16TH9533 BLS 2016 TATA WINGER 90799
188 Kurnool AP16TH9632 ALS 2017 FORCET 179732
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
66 BIDDER TENDER INVITING AUTHORITY
S. No. District Ambulance No Ambulance
Type Manufacture year Ambulance model
ODO as on
30.08.2019
189 Kurnool AP16TH9656 ALS 2017 FORCET 109837
190 Kurnool AP16TH9890 ALS 2017 FORCET 144559
191 Kurnool AP16TJ0450 ALS 2017 FORCET 180029
192 Kurnool AP16TH8420 BLS 2016 TATA WINGER 127008
193 Kurnool AP16TH7782 BLS 2016 TATA WINGER 144620
194 Kurnool AP16TH7803 BLS 2016 TATA WINGER 192099
195 Kurnool AP16TH8421 BLS 2016 TATA WINGER 168260
196 Kurnool AP16TJ6836 BLS 2018 TATA WINGER 46101
197 Kurnool AP16TJ6850 BLS 2018 TATA WINGER 72291
198 Kurnool AP16TJ6834 BLS 2018 TATA WINGER 47896
199 Nellore AP16TH7761 BLS 2016 TATA WINGER 157904
200 Nellore AP16TH7864 BLS 2016 TATA WINGER 137678
201 Nellore AP16TH8660 BLS 2016 TATA WINGER 61315
202 Nellore AP16TH8436 BLS 2016 TATA WINGER 183259
203 Nellore AP16TH7807 BLS 2016 TATA WINGER 182542
204 Nellore AP16TH9650 ALS 2017 FORCET 156633
205 Nellore AP16TH8657 BLS 2016 TATA WINGER 131531
206 Nellore AP16TH8427 BLS 2016 TATA WINGER 118364
207 Nellore AP16TH8661 BLS 2016 TATA WINGER 164618
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
67 BIDDER TENDER INVITING AUTHORITY
S. No. District Ambulance No Ambulance
Type Manufacture year Ambulance model
ODO as on
30.08.2019
208 Nellore AP16TH9634 ALS 2017 FORCET 175668
209 Nellore AP16TJ1450 ALS 2017 FORCET 86563
210 Nellore AP16TH9938 ALS 2017 FORCET 106390
211 Nellore AP16TH8653 BLS 2016 TATA WINGER 114765
212 Nellore AP16TH7641 BLS 2016 TATA WINGER 171832
213 Nellore AP16TH9538 BLS 2016 TATA WINGER 185806
214 Nellore AP16TH7774 BLS 2016 TATA WINGER 145375
215 Nellore AP16TH8434 BLS 2016 TATA WINGER 147246
216 Nellore AP16TH7835 BLS 2016 TATA WINGER 136533
217 Nellore AP16TH7861 BLS 2016 TATA WINGER 112978
218 Nellore AP16TH9885 ALS 2017 FORCET 170435
219 Nellore AP16TH7670 BLS 2016 TATA WINGER 101982
220 Nellore AP16TH9635 ALS 2017 FORCET 106268
221 Nellore AP16TJ6860 BLS 2018 TATA WINGER 54577
222 Nellore AP16TJ6897 BLS 2018 TATA WINGER 35960
223 Nellore AP16TJ6907 BLS 2018 TATA WINGER 54876
224 Nellore AP16TH7781 BLS 2016 TATA WINGER 135147
225 Guntur AP16TJ6843 BLS 2018 TATA WINGER 52773
226 Prakasam AP16TH7746 BLS 2016 TATA WINGER 202563
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
68 BIDDER TENDER INVITING AUTHORITY
S. No. District Ambulance No Ambulance
Type Manufacture year Ambulance model
ODO as on
30.08.2019
227 Prakasam AP16TH9934 ALS 2017 FORCET 125805
228 Prakasam AP16TH7833 BLS 2016 TATA WINGER 139004
229 Prakasam AP16TH8550 BLS 2016 TATA WINGER 139209
230 Prakasam AP16TH9652 ALS 2017 FORCET 166763
231 Prakasam AP16TH8354 BLS 2016 TATA WINGER 139076
232 Prakasam AP16TH9641 ALS 2017 FORCET 107985
233 Prakasam AP16TH7650 BLS 2016 TATA WINGER 171061
234 Prakasam AP16TH7829 BLS 2016 TATA WINGER 154263
235 Prakasam AP16TH7984 BLS 2016 TATA WINGER 125615
236 Prakasam AP16TH8361 BLS 2016 TATA WINGER 136895
237 Prakasam AP16TH7991 BLS 2016 TATA WINGER 152840
238 Prakasam AP16TJ1443 ALS 2017 FORCET 94344
239 Prakasam AP16TH7664 BLS 2016 TATA WINGER 185347
240 Prakasam AP16TH9535 BLS 2016 TATA WINGER 122029
241 Prakasam AP16TH8548 BLS 2016 TATA WINGER 117710
242 Prakasam AP16TH9642 ALS 2017 FORCET 172570
243 Prakasam AP16TH7987 BLS 2016 TATA WINGER 201955
244 Prakasam AP16TH8544 BLS 2016 TATA WINGER 132881
245 Prakasam AP16TH8035 BLS 2016 TATA WINGER 162771
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
69 BIDDER TENDER INVITING AUTHORITY
S. No. District Ambulance No Ambulance
Type Manufacture year Ambulance model
ODO as on
30.08.2019
246 Prakasam AP16TJ6914 BLS 2018 TATA WINGER 61199
247 Prakasam AP16TJ6890 BLS 2018 TATA WINGER 43667
248 Prakasam AP16TJ6893 BLS 2018 TATA WINGER 51022
249 Prakasam AP16TH8360 BLS 2016 TATA WINGER 98969
250 Prakasam AP16TH8002 BLS 2016 TATA WINGER 147613
251 Srikakulam AP16TH7742 BLS 2016 TATA WINGER 175000
252 Srikakulam AP16TH7853 BLS 2016 TATA WINGER 149412
253 Srikakulam AP16TH7865 BLS 2016 TATA WINGER 200126
254 Srikakulam AP16TH8348 BLS 2016 TATA WINGER 149011
255 Srikakulam AP16TH8428 BLS 2016 TATA WINGER 146821
256 Srikakulam AP16TH8430 BLS 2016 TATA WINGER 155328
257 Srikakulam AP16TH8547 BLS 2016 TATA WINGER 150323
258 Srikakulam AP16TH8654 BLS 2016 TATA WINGER 163417
259 Srikakulam AP16TH9653 ALS 2017 FORCET 89774
260 Srikakulam AP16TH9884 ALS 2017 FORCET 189436
261 Srikakulam AP16TH9935 ALS 2017 FORCET 144043
262 Srikakulam AP16TJ0464 ALS 2017 FORCET 165662
263 Srikakulam AP16TJ0470 ALS 2017 FORCET 109282
264 Srikakulam AP16TJ1642 ALS 2017 FORCET 110145
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
70 BIDDER TENDER INVITING AUTHORITY
S. No. District Ambulance No Ambulance
Type Manufacture year Ambulance model
ODO as on
30.08.2019
265 Srikakulam AP16TJ6862 BLS 2018 TATA WINGER 44526
266 Srikakulam AP16TJ6901 BLS 2018 TATA WINGER 54918
267 Srikakulam AP16TJ6881 BLS 2018 TATA WINGER 42946
268 Srikakulam AP16TJ6864 BLS 2018 TATA WINGER 45260
269 Vishakhapatnam AP16TH7794 BLS 2016 TATA WINGER 123585
270 Vishakhapatnam AP16TH7644 BLS 2016 TATA WINGER 188188
271 Vishakhapatnam AP16TH7773 BLS 2016 TATA WINGER 176123
272 Vishakhapatnam AP16TH7780 BLS 2016 TATA WINGER 157402
273 Vishakhapatnam AP16TH7804 BLS 2016 TATA WINGER 167500
274 Vishakhapatnam AP16TH7813 BLS 2016 TATA WINGER 148383
275 Vishakhapatnam AP16TH7985 BLS 2016 TATA WINGER 140143
276 Vishakhapatnam AP16TH8040 BLS 2016 TATA WINGER 105492
277 Vishakhapatnam AP16TH8044 BLS 2016 TATA WINGER 175007
278 Vishakhapatnam AP16TH8045 BLS 2016 TATA WINGER 133954
279 Vishakhapatnam AP16TH8545 BLS 2016 TATA WINGER 172136
280 Vishakhapatnam AP16TH8552 BLS 2016 TATA WINGER 142916
281 Vishakhapatnam AP16TH8662 BLS 2016 TATA WINGER 178324
282 Vishakhapatnam AP16TH9831 ALS 2017 FORCET 148723
283 Vishakhapatnam AP16TH9832 ALS 2017 FORCET 60894
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
71 BIDDER TENDER INVITING AUTHORITY
S. No. District Ambulance No Ambulance
Type Manufacture year Ambulance model
ODO as on
30.08.2019
284 Vishakhapatnam AP16TH9886 ALS 2017 FORCET 150876
285 Vishakhapatnam AP16TH9893 ALS 2017 FORCET 123844
286 Vishakhapatnam AP16TJ0453 ALS 2017 FORCET 114048
287 Vishakhapatnam AP16TJ0454 ALS 2017 FORCET 82330
288 Vishakhapatnam AP16TJ0458 ALS 2017 FORCET 118895
289 Vishakhapatnam AP16TJ0466 ALS 2017 FORCET 137532
290 Vishakhapatnam AP16TJ0658 ALS 2017 FORCET 151971
291 Vishakhapatnam AP16TJ1952 ALS 2017 FORCET 73384
292 Vishakhapatnam AP16TH7762 BLS 2016 TATA WINGER 151161
293 Vishakhapatnam AP16TJ6884 BLS 2018 TATA WINGER 42588
294 Vishakhapatnam AP16TJ6882 BLS 2018 TATA WINGER 40539
295 Vishakhapatnam AP16TH8551 BLS 2016 TATA WINGER 125732
296 Vishakhapatnam AP16TJ6863 BLS 2018 TATA WINGER 58202
297 Vizianagaram AP16TH8423 BLS 2016 TATA WINGER 123135
298 Vizianagaram AP16TH7754 BLS 2016 TATA WINGER 162686
299 Vizianagaram AP16TH7831 BLS 2016 TATA WINGER 221669
300 Vizianagaram AP16TH7834 BLS 2016 TATA WINGER 186742
301 Vizianagaram AP16TH7850 BLS 2016 TATA WINGER 138657
302 Vizianagaram AP16TH7862 BLS 2016 TATA WINGER 189465
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
72 BIDDER TENDER INVITING AUTHORITY
S. No. District Ambulance No Ambulance
Type Manufacture year Ambulance model
ODO as on
30.08.2019
303 Vizianagaram AP16TH8432 BLS 2016 TATA WINGER 129455
304 Vizianagaram AP16TH8433 BLS 2016 TATA WINGER 143419
305 Vizianagaram AP16TH8546 BLS 2016 TATA WINGER 160727
306 Vizianagaram AP16TH9643 ALS 2017 FORCET 200761
307 Vizianagaram AP16TH9830 ALS 2017 FORCET 168969
308 Vizianagaram AP16TH9883 ALS 2017 FORCET 142098
309 Vizianagaram AP16TJ0472 ALS 2017 FORCET 150123
310 Vizianagaram AP16TJ1649 ALS 2017 FORCET 103828
311 Vizianagaram AP16TJ6840 BLS 2018 TATA WINGER 45976
312 Vizianagaram AP16TJ6853 BLS 2018 TATA WINGER 73281
313 Vizianagaram AP16TJ6915 BLS 2018 TATA WINGER 46126
314 West Godavari AP16TH7660 BLS 2016 TATA WINGER 96650
315 West Godavari AP16TH7672 BLS 2016 TATA WINGER 145984
316 West Godavari AP16TH7810 BLS 2016 TATA WINGER 147670
317 West Godavari AP16TH7860 BLS 2016 TATA WINGER 129549
318 West Godavari AP16TH7998 BLS 2016 TATA WINGER 190938
319 West Godavari AP16TH8034 BLS 2016 TATA WINGER 161172
320 West Godavari AP16TH8132 BLS 2016 TATA WINGER 118215
321 West Godavari AP16TH8350 BLS 2016 TATA WINGER 185094
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
73 BIDDER TENDER INVITING AUTHORITY
S. No. District Ambulance No Ambulance
Type Manufacture year Ambulance model
ODO as on
30.08.2019
322 West Godavari AP16TH8416 BLS 2016 TATA WINGER 113029
323 West Godavari AP16TH9638 ALS 2017 FORCET 132818
324 West Godavari AP16TH9880 ALS 2017 FORCET 136423
325 West Godavari AP16TH7752 BLS 2016 TATA WINGER 117377
326 West Godavari AP16TJ0656 ALS 2017 FORCET 100442
327 West Godavari AP16TJ0657 ALS 2017 FORCET 109144
328 West Godavari AP16TJ0660 ALS 2017 FORCET 111881
329 West Godavari AP16TJ1648 ALS 2017 FORCET 92688
330 West Godavari AP16TH9892 ALS 2017 FORCET 151735
331 West Godavari AP16TH8003 BLS 2016 TATA WINGER 138647
332 West Godavari AP16TJ6918 BLS 2018 TATA WINGER 37138
333 West Godavari AP16TJ6841 BLS 2018 TATA WINGER 63989
334 West Godavari AP16TJ6835 BLS 2018 TATA WINGER 60998
335 West Godavari AP16TJ6852 BLS 2018 TATA WINGER 58692
336 West Godavari AP16TJ6844 BLS 2018 TATA WINGER 44535
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
74 BIDDER TENDER INVITING AUTHORITY
Form II: List of Equipment provided by Client with warranty and CMC timelines
S. No. Name of the equipment Warranty (in
years) CMC (in years)
1. Auto Loader – Collapsible stretcher 3 NA
2. Spine Board 1 NA
3. Scoop Stretcher 1 NA
4. Spine board pediatric, with head recess,
straps and head immobilizer
1
NA
5. Spine board with straps and head blocks
(Rigid Block)
1
NA
6. Splints: -Inflatable splints (4 sizes)
1
NA
7. Wheel chair with 4 wheels
1
NA
8. Foldable Cloth Stretcher
1
NA
9. Pupillary Torch with batteries
1
NA
10. Stethoscope Adult 1 NA
11. B.P. Apparatus 1 NA
12. EMT Shears
(Trauma Shears) 1 NA
13. Tongue Depressor (Disposable spatulas)
NA
NA
14. Toothed Forceps-Dissecting
1
NA
15. Artery Forceps 6 inches 1 NA
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
75 BIDDER TENDER INVITING AUTHORITY
S. No. Name of the equipment Warranty (in
years) CMC (in years)
16. Surgical Scissors 1 NA
17. Kidney Tray Plastic NA NA
18. Suction Apparatus AC / DC & Manual
(Spencer or Equivalent)
3
NA
19. Suction Apparatus - Hand Held
1
NA
20. Bag mask device Adult -Silicon
1
NA
21. Bag mask Device Bag Child- Silicon
1
NA
22. Flow Meter - Back Pressure Compensated
1
NA
23. Humidifier with Metal / ABS Caps
1
NA
24. Regulator 2 Stage
1
NA
25. Oxygen Cylinder D type
1
NA
26. Oxygen Cylinder B type
1
NA
27. Thermometer (Digital) 1 NA
28. Multi-para monitor 3 4
29. Neonatal warming blanket
1
NA
30. Laryngoscope blade fiber optic-Mcintosh
3
NA
31. Laryngoscope blade-Fibre Optic Blades-Miller
0, 1, 2 size
3
NA
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
76 BIDDER TENDER INVITING AUTHORITY
S. No. Name of the equipment Warranty (in
years) CMC (in years)
32. Bains Circuit (Adult) 1 NA
33. Bains Circuit (Pediatric)
1
NA
34. Syringe infusion pump 3 4
35. Volume Infusion pump 3 4
36. Needle & Syringe Destroyer
1
NA
37. Goggles 1 NA
38. Motion Sickness bags NA NA
39. Urine Pan Plastic NA NA
40. Bed Pan NA NA
41. Cervical Collar Hard 1 NA
42. Nebulizer 1 NA
43. EMS Kit 1 NA
44. Drug Chiller 3 4
45. Digital Clock 1 NA
46. Automated External Defibrillator (AED) 3 4
47. Transport Ventilator 3 4
48. Neonatal Incubator 3 4
49. Bag mask device bag neonate- Silicon 1 NA
50. Neonatal Transport Ventilator 3 4
51. Drinking water Dispenser 1 NA
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
77 BIDDER TENDER INVITING AUTHORITY
S. No. Name of the equipment Warranty (in
years) CMC (in years)
52.
Extrication Kit
12" wrench adjustable open end
12" screw driver standard square bar
8" screw driver philips head # 2
Hacksaw with 12" carbide wire blade
Vise grip pliers 10"
5lb hammer with 15" handle
Fire axe butt 24" handle
Wrecking bar with 24" handle
51" crowbar pinch point
Bolt cutter with 1" to 1/4" jaw opening
Showel pointed blade
Tin snips, double action 8" minimum
Gauntlets
Ropes 5400lb tensile strength in 50'
Mastic knife
Pruning saw
Fire extinguisher ‐ 5kgs with fixing stand
Luminous search light (rechargeable)
Tyre inflator apparatus
1 NA
Note:
1. Any repair and maintenance which are covered under the standard warranty period shall
be the responsibility of the Ambulance Integrator/ Supplier
.
2. For equipment without standard warranty period, beyond the standard warranty period
and CMC, it is the responsibility of the Service Provider to maintain, repair, replace the
equipment.
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
78 BIDDER TENDER INVITING AUTHORITY
Form III: Drugs and Consumables for 108 Ambulance
S. No. Item Description UOM Minimum Quantity Level
Category A
1 Adrenaline Tartarate 1ml Injection Each 5
2 Atropine Sulphate 1ml Injection Each 30
3 Pheniramine Maleate 2ml Injection Each 10
4 Buscopan 1ml Injection Each 10
5 Distilled water 5ml Each 5
6 Frusemide 2ml Injection Each 10
7 Paracetamol 2ml Injection Each 15
8 Ranitidine Hydrochloride 2ml Injection Each 20
9 Tramodal Hydrochloride 2ml Injection Each 20
10 Ondansetron 2ml Injection Each 20
11 Oxytocin 1ml Injection Each 10
12 Magnesium Sulphate 2ml Injection Each 5
13 Theophyllin 2ml Injection Each 10
14 Midazolam 5ml/5mg Injection Each 3
15 Hydrocortisone 100ng Injection Each 2
16 Xylocaine Gel 2% 30 GM Tube 1
17 Oral Glucose 100 gms Packet 4
18 Oral rehydration solution 4.2 gms Packet 20
19 Salbutamol 2.5ml Respirator Solution Each 5
20 Budesonide 2ml Respirator Solution Each 5
21 LevoSalbutamol + Ipratropium bromid 2.5ml Each 5
22 Anesthetic Antacid gel 200 ml Bottle 2
23 Paracetamol 60ml syrup Bottle 1
24 Acetylsallcylic Acid 350mg Tablets Strip of 14 2
25 Isosorbidedinitrite 5mg Tablets Strip of 50 1
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
79 BIDDER TENDER INVITING AUTHORITY
S. No. Item Description UOM Minimum Quantity Level
26 Dextrose 25% 100ml IV Bottle 10
27 Normal Saline 250ml IV Bottle 24
28 Ringers Lactate 250ml IV Bottle 24
Category B
1 Povidine Iodine 500ml Solution Bottle 1
2 Surgical Spirit 400 ml Solution Bottle 2
3 Medicated Adhesive Plaster Bandaid Each 10
4 Cotton 400grms Gross Each 2
5 Cotton Crepe Bandage 6 cm X 4 mts Each 2
6 Dressing Pads 10cm X 10cm Each 20
7 Dressing Pads 20cm X 10cm Each 20
8 Elastic Adhesive bandage Plaster 10cm X10mt Each 1
9 Absorbant Gauze Cloth 100X16 MTR Each 2
10 Absorbant Gauze Rolls 4" (10cm X 3m) Pack of 10 4
11 Absorbant Gauze Rolls 6" (15 cm X 3m) Pack of 10 4
12 Adhesive Plaster 5cm X 10mtr Each 1
13 Face Mask 3 ply (2 X 50 = 100) 2 X 50 2
14 Disposable Latex Gloves-7.0 Box of 100 5
15 Disposable Syringes 2 CC Each 30
16 Disposable Syringes 5 CC Each 10
17 Disposable Syringes 10CC Each 4
18 Glucostrips - On call Box of 25 1
19 Oropharyngeal Air Way 0 Each 2
20 Oropharyngeal Air Way 1 Each 2
21 Oraopharyngel Air Way 2 Each 2
22 Oraopharyngel Air Way 3 Each 2
23 Oraopharyngel Air Way 4 Each 2
24 I.V. Drip Set Each 25
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
80 BIDDER TENDER INVITING AUTHORITY
S. No. Item Description UOM Minimum Quantity Level
25 Intracath Cannula 16 Each 2
26 Intracath Cannula 18 Each 15
27 Intracath Cannula 20 Each 15
28 Intracath Cannula 22 Each 15
29 Intracath Cannula 24 Each 5
30 Click Clamps Each 10
31 Mackintosh Rubber Sheet 2mtr X 90 cms Each 1
32 Gluco Lancets Each 25
33 Nasopharyngeal Airway 6.5 mm Each 1
34 Nasopharyngeal Airway 7 mm Each 1
35 Nasopharyngeal Airway 7.5 mm Each 1
36 Nasopharyngeal Airway 8 mm Each 1
37 Nasopharyngeal Airway 8.5 mm Each 1
38 Oxygen Mask adult Each 3
39 Oxygen Mask Child Each 3
40 Nasal Cannula Adult Each 2
41 Nasal Cannula Child Each 2
42 Non-rebreather mask-Adult Each 1
43 Non-rebreather mask-Pediatrip Each 1
44 Nebulizer Mask Adult Each 2
45 Dispo Delivery Kit (Newly customised) Each 3
46 Mucus Sucker Each 2
47 Suction Catheters 12 ft. Each 3
48 Suction Catheters 16 ft. Each 3
49 Nebuliser Mask Child Each 2
50 Micro Infusion Set Each 2
51 Surgical Blade (Medium) Each 5
Category C
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
81 BIDDER TENDER INVITING AUTHORITY
S. No. Item Description UOM Minimum Quantity Level
1 Air Freshening Cake (Odonil like) Packet Each 1
2 Bio medical waste disposal covers (red) kg 0.5
3 Bio medical waste disposal covers (yellow) kg 0.5
4 Microlyse Disinfectant Cleaner 500ml Botte 1
5 Cleaning Cloth (Doping) Each 5
6 Cleaning Cloth (Yellow) Each 5
7 Hand Wash 250 ml Each 2
8 Door Mats Each 2
9 Glass Cleaner 500ml Each 1
10 Disinfectant hand rub 500 ml (disinfectant) Each 1
11 Mosquito Repellent Liquid with Machine (60 nights) Each 1
12 Room Freshener 500ml Each 1
13 Sponge 6" X 3.5" X 1.8" Each 3
14 Teflon Tape 3/4" 9 yards (L) X 18 MM (W) Each 2
15 Washing Powder 1kg Each 2
16 Motion Sickness bags Each 15
Category D
1 Envelope White (11"x5") Each 6
2 Registers - 2 Each 1
3 Blue Pen Each 2
4 Scribbling Pads Each 1
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
82 BIDDER TENDER INVITING AUTHORITY
Annexure 1: Letter of Proposal
(To be submitted by Bidder on Letterhead) Date:
To
Managing Director
APMSIDC
2nd Floor, PHYCARE Building, Plot No. 9, APIIC IT park, Autonagar
Mangalagiri, Andhra Pradesh, 522503
RFP Ref:
Dear Sir,
1) All information provided in the Proposal and in the Appendices, is true and correct and all
documents accompanying such Proposal are true copies of their respective originals.
2) I/We shall make available to the Authority any additional information it may deem necessary
or require for supplementing or authenticating the Proposal.
3) I/We acknowledge the right of the Authority to reject our Proposal without assigning any
reason or otherwise and hereby waive our right to challenge the same on any account
whatsoever.
4) I/We to the best of our knowledge certify that in the last three years, we or any of our
Associates have neither failed to perform on any contract, as evidenced by imposition of a
penalty by an arbitral or judicial authority or a judicial pronouncement or arbitration award
against the Bidder, nor been expelled from any project or contract by any public authority nor
have had any contract terminated by any public authority for breach on our part.
5) I/We understand that you may cancel the Selection Process at any time and that you are
neither bound to accept any Proposal that you may receive nor to select the vendor, without
incurring any liability to the Bidders
6) I/We to the best of our knowledge certify that, we or any of our Associates have not been
convicted by a Court of Law or indicted or adverse orders passed by a regulatory authority
which would cast a doubt on our ability to undertake the Project or which relates to a grave
offence that outrages the moral sense of the community.
7) I/We to the best of our knowledge further, we have not been charge-sheeted by any agency
of the Government or convicted by a Court of Law for any offence committed by us or by any
of our Associates.
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
83 BIDDER TENDER INVITING AUTHORITY
8) I/We agree and understand that the Proposal is subject to the provisions of the RFP
document. In no case, shall I/We have any claim or right of whatsoever nature if our Proposal
is not opened or rejected.
9) I/We agree to keep this offer valid for 180 days from the Proposal Submission Date specified
in the RFP.
10) I/We agree and undertake to abide by all the terms and conditions of the RFP Document. In
witness thereof, I/We submit this Proposal under and in accordance with the terms of the RFP
Document.
Yours faithfully, Place: ( ) Date: Signature of authorized signatory
Designation and Official seal
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
84 BIDDER TENDER INVITING AUTHORITY
Annexure 2: Particulars of Bidder
1. Name of the Company:
2. Registered Office:
3. Date of Incorporation:
4. Constitution of the Bidder Company:
5. Core business activities:
6. Number of years in business
7. Worldwide presence:
8. Presence in India:
9. Total no. of employees:
10. No. of ambulances owned
11. No. of Emergency Ambulances being operated and maintained across the country:
12. Details of main branches in the State of AP, if any:
13. Details of contact persons:
14. Any other details:
Name:
Designation:
Contact tel. No.:
Mobile no.:
Fax no.:
Email ID Postal address:
*Attach copies of Pan Card and GST registration
(Signature of Authorized signatory)
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
85 BIDDER TENDER INVITING AUTHORITY
Annexure 2A: Declaration that the bidder is not blacklisted and not declared NPA
( Affidavit to be submitted by the bidder)
{Place}
{Date}
To,
Ref: RFP Notification no <xxxx> dated <dd/mm/yy>
Subject: Declaration of not been blacklisted in response to the RFP for “Selection of Service
Provider for providing Emergency Response Services (108) across Andhra Pradesh ”
Dear Sir,
We confirm that our company, ____________, is not blacklisted in any manner whatsoever by
any of the Central Government/State Government/PSU/Parastatal agencies in India on any
ground including but not limited to indulgence in corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice.
We shall be liable for termination and also for penalty and for criminal prosecution in case any
information found not true and correct.
Place:
Date:
Bidder’s Company Seal:
Authorized Signatory’s Signature:
Authorized Signatory’s Name and Designation:
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
86 BIDDER TENDER INVITING AUTHORITY
Annexure 3: Previous project experience format
Assignment name Contract Value
Country
Location within the country
Duration of assignment
Start/Completion Date
Name and Address of the Client
Description of services provided
Kindly provide supporting documents such as contract/work order/completion certificate copy etc.
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
87 BIDDER TENDER INVITING AUTHORITY
Annexure 4: Format of Bank Guarantee (Unconditional) for Bid Security
Whereas ------------------------------------------------------------ (hereinafter called 'the Bidder') has
submitted or will submit the proposal for RFP dated ---------------- for “<Insert name of the RFP>”
to Andhra Pradesh Medical Services & Infrastructure Development Corporation (hereinafter
called "the APMSIDC")
KNOW ALL MEN by these presents that WE -------------------------------------------- of --------------------
------------------------------------------------- having our registered office at -------------------------------------
--------------------------(hereinafter called "the Bank") are bound unto the APMSIDC to the sum of --
-------------------- for which payment well and truly to be made to the APMSIDC, the Bank binds
itself, its successors and assigns by these presents.
Sealed with the Common Seal of the said Bank this --------------day of -----------2019.
THE CONDITIONS of this obligation are:
1 If the Bidder, withdraws its bid during the period of bid validity specified by the Bidder in the
RFP; or
2 If the Bidder, having been notified of the acceptance of its bid by the APMSIDC during the
period of bid validity.
a) fails or refuses to execute the Proforma for Contract, if required; or
b) fails or refuses to furnish the Bank Guarantee for Performance Security, in accordance
with the conditions mentioned in the RFP.
We undertake to pay to the APMSIDC up to the above amount upon receipt of its first written
demand, without the APMSIDC having to substantiate its demand, provided that in its demand
the APMSIDC will note that the amount claimed by it is due to it owing to the occurrence of one
or both of the two conditions, specifying the occurred condition or conditions.
This guarantee will remain in force up to and including 45 days after the period of bid validity, and
any demand in respect thereof should reach the Bank not later than the above date.
……………….
Authorized Signatory of the Bank
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
88 BIDDER TENDER INVITING AUTHORITY
Annexure 5: Format of Bank Guarantee (Unconditional) for Performance Security/ Advance
Payment
To
The Chief Executive Officer
Dr. YSR Aarogyasri Health Care Trust
WHEREAS ____________________________________ (Name of the Service Provider)
hereinafter called "the Service Provider" has undertaken, in pursuance of Contract No.
___________ dated _____________________ to supply ___________________ (Description
of Goods and Services) hereinafter called " the Contract".
AND WHEREAS it has been stipulated by you in the said contract that the Service Provider shall
furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security
for compliance with the Service Provider's performance obligations in accordance with the
Contract.
AND WHEREAS we have agreed to give the Service Provider a Guarantee:
THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of
the Service Provider, up to a total of __________________________________ (Amount of the
Guarantee in Words and Figures) and we under take to pay you, upon your first written demand
declaring the Service Provider to be in default under the Contract and without cavil or argument,
any sum or sums within the limit of _______________ (Amount of Guarantee) as aforesaid,
without your needing to prove or to show grounds or reasons for your demand or the sum specified
therein.
This guarantee is valid until the ______________ day of _________________.
Signature and seal of Guarantors
Date ________________________
Address_____________________
____________________________
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
89 BIDDER TENDER INVITING AUTHORITY
Annexure 6: Financial Bid Format
To
Managing Director
APMSIDC
2nd Floor, PHYCARE Building, Plot No. 9, APIIC IT park, Autonagar
Mangalagiri, Andhra Pradesh, 522503
Subject: Request for Proposal for “Selection of Service Provider for providing Emergency
Response Services (108) across Andhra Pradesh”
Dear Sir,
Having carefully examined all the parts of the RFP documents and having obtained all the
requisite information affecting this proposal and being aware of all conditions and difficulties likely
to affect the execution of the agreement, I/We hereby propose to implement the project as
described in the RFP document in conformity with the conditions of agreement, technical aspects
and the sums indicated in this financial proposal.
I/We declare that we have read and understood and that we accept all clauses, conditions and
any addendum thereof, and descriptions of the RFP document without any change, reservations
and conditions.
I/We agree to abide by this proposal/bid for a period of 6 months from the date of its opening and
also undertake not to withdraw and to make any modifications unless asked for by you and that
the proposal may be accepted at any time before the expiry of the validity period or the extended
bid validity period.
Unless and until the formal agreement is signed, this offer together with your written acceptance
thereof shall constitute a binding contract between me/us and the Government of AP.
We submit the Format - Price bid as appended herewith.
Yours faithfully
Signature of the authorized signatory
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
90 BIDDER TENDER INVITING AUTHORITY
Annexure 6A: Format – Price bid:
S. No. Components Quarterly Service Charge Per Vehicle
(INR)*
1 Service provision for new vehicles <U1>
2 Service provision for existing vehicles
<U2>
Total <U3>
All bidders shall submit the detailed cost breakup for both U1 & U2 both before (online) and after
reverse tendering (in hard copy format). The cost breakup format for U1 and U2 is provided below:
S. No Components of service provision Quarterly Service Charge per
Vehicle (INR)*
1 Manpower
2 Fuel
3
Repairs and Maintenance of vehicle, equipment and fabrication including
warranty, insurance etc.
4 Drugs & Consumables
5 Administration
6 Total
Note:
1. *Price should be exclusive of GST. GST shall be paid by the Client as applicable during the
invoice payment.
2. The contract shall be awarded on total quarterly service charge per vehicle of components
towards all services mentioned in the RFP.
3. Price quoted as “Quarterly Service Charge Per Vehicle (U3)” will be used for financial
evaluation.
4. The salary and experience of Pilot and EMT for 108 services shall be as per applicable GO.
5. All other salaries shall be as per market conditions.
6. The estimated value for new vehicles and equipment is provided below:
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
91 BIDDER TENDER INVITING AUTHORITY
Component Estimated value
Vehicle including fabrication BLS: Rs.16 Lakh
ALS: Rs.19 Lakh
Neonatal: Rs.19 Lakh
Equipment BLS: Rs. 9 Lakh
ALS: Rs. 15 Lakh
Neonatal: Rs. 18 Lakh
The ambulance supplier/Client shall provide standard insurance for first year for new vehicles,
warranty for a period of three years for new vehicles and warranty for equipment shall be as
per Form II.
The Service Provider shall take warranty, insurance as necessary for new vehicles as per the
estimated value. Any changes to the estimated value and resulting cost of warranty, Insurance
etc. to be borne by the Service Provider.
The Service Provider shall also obtain necessary package towards warranty and insurance
for all existing 336 ambulances mentioned in Form I Part B, for a period 7 years for ambulance,
fabrication and equipment.
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
92 BIDDER TENDER INVITING AUTHORITY
Annexure 7: Format for Joint Bidding / Consortium Agreement
THIS JOINT BIDDING AGREEMENT is entered into on this the ………… day of ………… 20…
AMONGST
1. {…………, a Society/Trust/Company registered under the ………} and having its registered
office at ………… (hereinafter referred to as the “First Part” which expression shall, unless
repugnant to the context include its successors and permitted assigns)
AND
2. {…………, a Society/Trust/Company registered under the ………} and having its registered
office at ………… (hereinafter referred to as the “Second Part” which expression shall, unless
repugnant to the context include its successors and permitted assigns)
AND
3. {…………, a Society/Trust/Company registered under the ………} and having its registered
office at ………… (hereinafter referred to as the “Third Part” which expression shall, unless
repugnant to the context include its successors and permitted assigns).
4. The above-mentioned parties of the FIRST, SECOND and THIRD PART are collectively
referred to as the “Parties” and each is individually referred to as a “Party”.
WHEREAS,
A. Andhra Pradesh Medical Services & Infrastructure Development Corporation (APMSIDC)
(hereinafter referred to as the “Authority”), on behalf of the Dr. YSR Aarogyasri Health Care
Trust (hereinafter referred to as the “Client”), which expression shall, unless repugnant to the
context or meaning thereof, include its administrators, successors and assigns) has invited
bids (the “Bids”) by its Request for Proposal No. xxxx dated xxx (the “RFP”) for selection of
bidder for “……………………………….” (the “Project”).
B. The Parties are interested in jointly bidding for the Project as members of a Consortium and in
accordance with the terms and conditions of the RFP and other Bidding Documents in respect
of the Project, and
C. It is a necessary condition under the RFP that the members of the Consortium shall enter into
a Joint Bidding Agreement and furnish a copy thereof with the Bid.
Now it is hereby agreed as follows:
1. Definitions and Interpretations
In this Agreement, the capitalised terms shall, unless the context otherwise requires, have the
meaning ascribed thereto under the RFP.
2. Consortium
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
93 BIDDER TENDER INVITING AUTHORITY
The Parties do hereby irrevocably constitute a consortium (the “Consortium”) for the purposes
of jointly participating in the Bidding Process for the Project.
3. Covenants
The Parties hereby undertake that in the event the Consortium is declared the Selected Bidder
and awarded the Project, it shall enter into an Agreement with the Client and for performing
all its obligations as mentioned in the RFP.
4. Role of the Parties
The Parties hereby undertakes that Party of the First Part shall be the Lead Member of the
Consortium and shall have the power of attorney from all Parties for conducting all business
for and on behalf of the Consortium throughout the contract period.
Responsibilities of the Parties are detailed below:
S.No Party Name Role on Project
5. Joint and Several Liability
The Parties do hereby undertake to be jointly and severally responsible for all obligations and
liabilities relating to the Project and in accordance with the terms of the RFP and the Contract
Agreement that will be signed with the Client upon selection for the Project.
6. Representation of the Parties
Each Party represents to the other Parties as of the date of this Agreement that:
A. Such Party is duly organized, validly existing and in good standing under the laws of its
incorporation and has all requisite power and authority to enter into this Agreement;
B. The execution, delivery and performance by such Party of this Agreement has been
authorized by all necessary and appropriate corporate or Authority action and a copy of
the extract of the charter documents and board resolution/ power of attorney in favour of
the person executing this Agreement for the delegation of power and authority to execute
this Agreement on behalf of the Consortium Member is annexed to this Agreement, and
will not, to the best of its knowledge:
i. require any consent or approval not already obtained;
ii. violate any Applicable Law presently in effect and having applicability to it;
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
94 BIDDER TENDER INVITING AUTHORITY
iii. violate the memorandum and articles of association, by-laws or other applicable
organizational documents thereof;
iv. violate any clearance, permit, concession, grant, license or other Governmental
authorization, approval, judgment, order or decree or any mortgage agreement,
indenture or any other instrument to which such Party is a party or by which such
Party or any of its properties or assets are bound or that is otherwise applicable
to such Party; or
v. create or impose any liens, mortgages, pledges, claims, security interests,
charges or Encumbrances or obligations to create a lien, charge, pledge, security
interest, encumbrances or mortgage in or on the property of such Party, except
for encumbrances that would not, individually or in the aggregate, have a material
adverse effect on the financial condition or prospects or business of such Party
so as to prevent such Party from fulfilling its obligations under this Agreement;
C. this Agreement is the legal and binding obligation of such Party, enforceable in
accordance with its terms against it; and
D. there is no litigation pending or, to the best of such Party’s knowledge, threatened to which
it or any of its Affiliates is a party that presently affects, or which would have a material
adverse effect on the financial condition or prospects or business of such Party in the
fulfillment of its obligations under this Agreement.
7. Termination
This Agreement shall be effective from the date hereof and shall continue in full force and
effect until the Termination of the Agreement with Client. However, in case the Consortium is
either not prequalified for the Project, or does not get selected for award of the Project, this
Agreement will stand terminated upon return of the Bid Security by the Client to the Lead
Bidder
8. Miscellaneous
a) This Joint Bidding Agreement shall be governed by laws of India.
b) The Parties acknowledge and accept that this Agreement shall not be amended by the
Parties without the prior written consent of the Client.
IN WITNESS WHEREOF THE PARTIES ABOVE NAMED HAVE EXECUTED AND DELIVERED
THIS AGREEMENT AS OF THE DATE FIRST ABOVE WRITTEN.
SIGNED, SEALED AND DELIVERED
For and on behalf of
LEAD MEMBER (BIDDER) by:
(Signature)
SIGNED, SEALED AND DELIVERED
For and on behalf of
SECOND PART by:
(Signature)
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
95 BIDDER TENDER INVITING AUTHORITY
(Name)
(Designation)
(Address)
(Name)
(Designation)
(Address)
SIGNED, SEALED AND DELIVERED
For and on behalf of
THIRD PART by:
(Signature)
(Name)
(Designation)
(Address)
In presence of
1.
2.
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
96 BIDDER TENDER INVITING AUTHORITY
Annexure 8 A : Format for Power of Attorney for Lead Member of Consortium
Whereas ……………………………… (“the Client”) has invited bids for ……………………. in the
State of Andhra Pradesh (“Project”). Whereas, ___________, _______and
__________(collectively the “Consortium”) being Members of the Consortium are interested in
bidding for the Project in accordance with the terms and conditions of the Request for Proposal
and other connected documents in respect of the Project, and Whereas, it is necessary for the
Members of the Consortium to designate one of them as the Lead Member with all necessary
power and authority to do for and on behalf of the Consortium, all acts, deeds and things as may
be necessary in connection with the Consortium’s bid for the Project and its execution.
NOW THEREFORE KNOW ALL MEN BY THESE PRESENTS
We, _____ having our registered office at _______, M/s. ___, having our registered office at _
_______, and M/s. ______, having our registered office at ____________,{insert the respective
names and addresses of the registered office} (hereinafter collectively referred to as the
“Principals”) do hereby irrevocably designate, nominate, constitute, appoint and authorize M/s
________, having its registered office at ___, being one of the Members of the Consortium, as
the Lead Member and true and lawful attorney of the Consortium (hereinafter referred to as the
“Attorney”) and hereby irrevocably authorize the Attorney (with power to sub-delegate) to conduct
all business for and on behalf of the Consortium and any one of us during the bidding process
and, in the event the Consortium is awarded the Project, during the execution of the Project, and
in this regard, to do on our behalf and on behalf of the Consortium, all or any of such acts, deeds
or things as are necessary or required or incidental to the submission of its bid for the Project,
including but not limited to signing and submission of all applications, bids and other documents
and writings, participate in bidders’ meetings and other conferences, respond to queries, submit
information/ documents, sign and execute contracts and undertakings consequent to acceptance
of the bid of the Consortium and generally to represent the Consortium in all its dealings with the
Client, and/ or any other authorized representative of the Client or any person, in all matters in
connection with or relating to or arising out of the Consortium’s bid for the Project and/ or upon
award thereof till the Contract Agreement is entered into with the Client.
AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things
lawfully done or caused to be done by our said Attorney pursuant to and in exercise o f the powers
conferred by this Power of Attorney and that all acts, deeds and things done by our said Attorney
in exercise of the powers hereby conferred shall and shall always be deemed to have been done
by us/Consortium.
IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED THIS
POWER OF ATTORNEY ON THIS DAY OF _______2019.
For ________
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
97 BIDDER TENDER INVITING AUTHORITY
(signature)
(Name & Title)
For ________
(signature)
(Name & Title)
For ________
(Name & Title)
(Executants)
(To be executed by all the Members of the Consortium)
Witnesses: [Notarised]
1.
2.
Notes:
1. The mode of execution of the Power of Attorney should be in accordance with the procedure,
if any, laid down by the applicable law and the charter documents of the executant(s) and
when it is so required, the same should be under common seal affixed in accordance with the
required procedure.
2. Also, wherever required, the Bidder should submit for verification the extract of the charter
documents and documents such as a resolution/ power of attorney in favour of the person
executing this Power of Attorney for the delegation of power hereunder on behalf of the Bidder.
3. Power of Attorney should be executed on a non-judicial stamp paper of appropriate value as
relevant to the place of execution (if required under applicable laws).
RFP for Selection of Service Provider for providing Emergency Response Services (108) across Andhra Pradesh
98 BIDDER TENDER INVITING AUTHORITY
Annexure 8 B: Format for Power of Attorney for Sole Bidder
Know all men by these presents, we………………………………………………….(name and address of the registered office) do hereby constitute, appoint and authorize Mr. / Ms………………………………(name and residential address) who is presently employed with us and holding the position of …………………………………………….as our attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection with or incidental to our bid for <Insert RFP Name> including signing and submission of all documents and providing information / responses to the APMSIDC representing us in all matters before APMSIDC and generally dealing with APMSIDC in all matters in connection with our bid for the said Project. We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and shall always be deemed to have been done by us. Dated this the _______ day of _______200_ For ___________________________ (Name, Designation and Address) Accepted _________________________(Signature) (Name, Title and Address of the Attorney) Date : __________ Note: The mode of execution of the Power of Attorney should be in accordance with the procedure, if
any, laid down by the applicable law and the charter documents of the executants(s) and when
it is so required the same should be under common seal affixed in accordance with the requi red
procedure.